SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded

Size: px
Start display at page:

Download "SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded"

Transcription

1 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL RFP #11001/JO HVAC Mechanical Contractors Plant Operations & Maintenance VENDOR RECOMMENDED FOR AWARD: Vendor Name Estimated Amount Awarded Category/Subcategory(P=Primary) Vendor #V Allied Compressor Exchange of Florida Vendor #V Brevard Boiler Company Vendor #V C & M Enterprises of Christmas Florida Vendor #V Carrier Corporation Vendor #V Coastal Mechanical Services, LLC Vendor #V Competitive Air & Heat Vendor #V Florida Electric Motor Service Vendor #V Hill York Services Corporation Vendor #V HM² Mechanical & Specialty Corporation Vendor #V Johnson Controls, Inc. Vendor #V McQuay International Vendor #V Merritt Island Air & Heat, Inc. Vendor #V Portable Air, LLC Vendor #V Premier Water & Energy Technology Vendor #V Quality Electric Motor Repair Vendor #V Reliable Services Group, LLC Vendor #V Schwenn Services & Contracting Vendor #V Sena-Tec, LLC Vendor #V Shaw Mechanical Services, LLC Vendor #V Siemens Industry Inc. Vendor #V South East Services of Central Florida, Inc. Vendor #V Southern Comfort Protective Systems Vendor #V Sun Plumbing and Mechanical, Inc. Vendor #V Thermetrics Corporation Variable 3/5(P) Variable 3/11 Variable 3/4(P) Variable 1/7(P), 3/1 Variable 1/1 Variable 1/5 Variable 3/8 Variable 1/1, 2/3, 3/1(P), 3/3, 3/11(P) Variable 1/2, 3/9, 3/11 Variable 1/7(P), 2/1(P), 3/1, 3/3, 3/4, 3/9(P) Variable 1/7(P), 3/1 Variable 1/1 Variable 3/2(P) Variable 3/7(P) Variable 3/8(P) Variable 1/1 Variable 1/1, 2/1, 3/2 Variable 3/6(P) Variable 1/1(P) Variable 1/2, 2/2(P), 3/1 Variable 1/2(P) Variable 3/10(P) Variable 1/4 Variable 1/4(P), 3/1 Continued

2 Vendor Name Estimated Amount Awarded Category/Subcategory(P=Primary) Vendor #V Trane US, Inc. Vendor #V V-Tech, Inc. Variable 1/7(P), 3/1, 3/3, 3/4, 3/11 Variable 3/3(P) TOTAL VARIABLE SOLICITATION SUMMARY Date Solicited: August 18, 2010 No. of Items/Groups: 21/3 Date Opened: September 15, 2010 No. Firms Solicited: 46 Present to Board: October 26, 2010 No. Firms Bidding: 27 CONTRACT TERM: The initial contract term shall commence October 27, 2010 and continue until October 26, 2011, with an option to renew annually for two additional one year periods. RECOMMENDATION: (Posted 9/30/10 at 9:00 AM) It is the recommendation of the Proposal Evaluation Committee to approve the contract award to multiple performing vendors as indicated on the tabulation for a variable amount. Request authority for the Office of Purchasing Services to renew the contract annually for two additional one year periods. Contract renewal shall be contingent upon Plant Operations and Maintenances request for continuation of services and annual contract review. ACTION BY BOARD Approved Recommendation(s) Above & Awarded Meeting Date: Other Joe O Connor Purchasing Specialist Failure to file a protest within the time prescribed in s (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

3 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL September 30, 2010 TO: FROM: RE: PROPOSERS ON HVAC MECHANICAL CONTRACTORS Joe O Connor, Purchasing Specialist RFP #11001/JO HVAC Mechanical Contractors Plant Operations & Maintenance TABULATION Listed below for your information is a Recommendation of Award of proposals received on the above captioned matter. This is a Recommendation only, and Award of orders will be made at a later date. SERVICE CATEGORY/SUB-CATEGORY PROPOSER NAME RANKING 1. SYSTEM INSTALLATION, MODIFICATION, & SERVICE 1. MAJOR MECHANICAL Shaw Mechanical Systems, LLC 1 - Primary Hill York Services Corporation 2 Schwenn Services & Contracting 3 Coastal Mechanical Services 4 Reliable Services Group, LLC 5 Merritt Island Air & Heat 6 2. DUCTWORK & PIPING Southeast Services of CFL 1 - Primary Siemens Industry, Inc. 2 HM² Mechanical & Specialty Contractors 3 3. DUCTWORK No Proposals Received 4. PIPING Thermetrics Corporation 1 - Primary Sun Plumbing & Mechanical 2 5. DX AIR CONDITIONING <10 TONS - SERVICE Competitive Air & Heat 1 - Primary Continued

4 RFP 11001/JO - Tabulation 9/30/10 Page 2 2. CONTROLS SERVICE CATEGORY/SUB-CATEGORY PROPOSER NAME RANKING 6. REFRIGERATION EQUIPMENT No Proposals Received 7. ORIGINAL EQUIPMENT MANUFACTURER - INSTALLATION Johnson Controls Inc. (York) 1 - Primary Each responsible for own manufacture Trane US, Inc. 1 - Primary Carrier Corporation 1 - Primary McQuay International 1 - Primary 1. JOHNSON CONTROLS INCORPORATED BASED CONTOLS Johnson Controls Inc. 1 - Primary Schwenn Services & Contracting 2 2. SIEMENS BASED CONTROLS Siemens Industry Inc. 1 - Primary 3. ALERTON BASED CONTROLS Hill York Services Corporation 1 - Primary 3. COMPONENT SERVICE & SALES Continued 1. CHILLER SERVICE & REPAIR Hill York Services Corporation 1 - Primary Thermetrics Corporation 2 Johnson Controls Inc. (York) 3 Trane US, Inc. 4 Carrier Corporation 5 Siemens Industry Inc. 6 McQuay International 7 2. CHILLER AND A/C RENTAL Portable Air, LLC 1 - Primary Schwenn Services & Contracting 2 3. VFD SERVICE & REPLACEMENT Vtech, Inc. 1 - Primary Johnson Controls Inc. 2 Trane US, Inc. 3 Hill York Services Corporation 4 4. REFRIGERANT RECOVERY & RECLAMATION C&M Enterprises of Christmas, FL, Inc. 1 - Primary Johnson Controls Inc. 2 Trane US, Inc. 3

5 RFP 11001/JO - Tabulation 9/30/10 Page 3 SERVICE CATEGORY/SUB-CATEGORY PROPOSER NAME RANKING 5. A/C COMPRESSOR SERVICE & REPLACEMENT Allied Compressor Exchange of Florida 1 - Primary 6. BUILDING MANAGEMENT INFRASTRUCTURE Sena-Tech, LLC 1 - Primary 7. WATER TREATMENT SERVICE & SUPPLY Premier Water 1 - Primary 8. ELECTRIC MOTOR & PUMP SERVICE & REPLACEMENT Quality Electric Motor Repair 1 - Primary Florida Electric Motor 2 9. SMALL SCALE HVAC PROJECT MANAGEMENT Johnson Controls Inc. 1 - Primary HM² Mechanical & Specialty Contractors COIL & EQUIPMENT COATING Southern Comfort Protective Systems 1 - Primary 11. BOILER SERVICE & REPLACEMENT Hill York Services Corporation 1 - Primary Trane US, Inc. 2 HM² Mechanical & Specialty Contractors 3 Brevard Boiler Co. 4

6 PROPOSERS NOTES RFP #11001/JO HVAC Mechanical Contractors Plant Operations & Maintenance Vendor: V Allied Compressor Exchange of Florida 2605 Clark Street, Suite #105 Apopka, FL Phone: Fax:: Contact: James F. Frickert Vendor: V Carrier Corporation 2000 Parks Oaks Ave. Orlando, FL Phone: Fax: Contact: Thomas Van Arnam Vendor: V Florida Electric Motor Service 1128 Atlanta Avenue Orlando, FL Phone: Fax: Contact: Douglas Beachler Vendor: V Johnson Controls, Inc. 41 Skyline Drive, Suite 1025 Lake Mary, FL Phone: Fax: Attn: Rob Hester Vendor: V Brevard Boiler Company PO Box West Melbourne, FL Phone: Fax: Contact: Harry Russell Vendor: V Coastal Mechanical Services, LLC 394 East Drive Melbourne, FL Phone: Fax: Contact: Paul Goodwin Vendor: V Hill York Service Corporation 727 North Drive, Suite H Melbourne, FL Phone: Fax: Contact: Michael Murphy Vendor: V McQuay International 7613 Currency Drive Orlando, FL Phone: Fax: Contact: Michael Viviano Vendor: V C & M Enterprises of Christmas Florida, Inc. PO Box 909 Christmas, FL Phone: Fax: Contact: Carolyn Britt Vendor: V Competitive Air & Heat 689 South Hedgecock Square Satellite Beach, FL Phone: Fax: Contact: Jacqueline Gowran Vendor: V HM² Mechanical & Specialty Contractors PO Box 5610 Titusville, FL Phone: Fax: Contact: Donn Mount Vendor: V Merritt Island Air & Heat, Inc. 625 Cypress Drive Merritt Island, FL Phone: Fax: Attn: Roger Drabyk Jr. Continued

7 Vendor: V Portable Air, LLC 555 South Industry Road Cocoa, FL Phone: Fax: Contact: Daniel A. Camp Vendor: V Reliable Services Group, LLC Judge Ave. Orlando, FL Phone: Fax: Contact: Timothy Engley Vendor: V Shaw Mechanical Services, LLC 4506 Parkbreeze Ct. Orlando, FL Phone: Fax: Contact: David Shaw Vendor: V Southern Comfort Protective Systems PO Box Ormond Beach, FL Phone: Fax: Contact: Scott Sizemore Vendor: V Trane US, Inc Lucien Way, Suite 430 Maitland, FL Phone: Fax: Contact: Marty Hardin Vendor: V Premier Water Columbia Park Drive, West Jacksonville, FL Phone: Fax: Contact: Chuck Brandvold Vendor: V Schwenn Mechanical Services 968 Lake Baldwin Lane Orlando, FL Phone: Fax: Contact: Jeff Schwenneker Vendor: V Siemens Industry, Inc Metric Drive, Suite 100 Winter Park, FL Phone: Fax # Contact: Anthony Peters Vendor: V Sun Plumbing & Mechanical, Inc. PO Box 1387 Edgewater, FL Phone: Fax: Contact: Bill Alexander Vendor: V V-Tech, Inc. PO Box Lake Mary, FL Phone: Fax: Contact: M. Scott Duffy Vendor: V Quality Electric Motor Repair PO Box 2673 Melbourne, FL Phone: Fax: Contact: Michael S. Rosbrook Vendor: V Sena-Tec, LLC 1767 S. Patrick Dr. Ste B Indian Harbor Beach, FL Phone: Fax: Contact: Steve Terry Vendor: V South East Services of Central Florida, Inc. 736 Cidco Road Cocoa, FL Phone: Fax: Contact: Jacob McCarver Vendor: V Thermetrics Corporation 313 Aulin Ave., Suite 500 Oviedo, FL Phone: Fax: Contact: Kevin L. Heckle Sr.

8 Request for Proposal (RFP) HVAC Mechanical Contractors A response to this RFP must be submitted to the School Board of Brevard County, Purchasing and Warehouse Services, Pod 8 Room 802, 2700 Judge Fran Jamieson Way, Viera, Florida , no later than 2:00 p.m. on September 15, It must be plainly marked: RFP # 11001/JO HVAC Mechanical Contractors Plant Operations and Maintenance The responsibility for submitting a response to this RFP at the School Board of Brevard County, Purchasing and Warehouse Services on or before the stipulated time and date will be solely and strictly the responsibility of the Proposer. Proposals must be stamped as received with the date/time stamp clock located in the Office of Purchasing Services. The School Board will in no way be responsible for delays caused by the United States Postal Service or caused by any other occurrence. Any proposals received after stipulated time and date will not be logged-in as received, nor opened, and will be available for return at the Proposer s expense.

9 SPECIFIC QUALIFICATION REQUIREMENTS OF PROPOSERS This document is to explain and define the method of submitting and responding to all Requests For Proposals initiated by the Office of Purchasing Services of the School Board of Brevard County. All proposals and related documents will be submitted in the following manner and any deviation of this method will be specific cause for non-acceptance of said proposal. Any document not completed in its entirety will be cause for non-acceptance of the respective proposal. All RFP responses will be submitted in one (1) sealed box containing one (1) sealed envelope and the required amount of proposals, all labeled accordingly: ENVELOPE "A" MARKED WITH: RFP #, Date & Time of Proposal Submittal, Name & Address of Firm & Envelope "A" Sealed Envelope "A": will include only the following as checked. All checked documents must be enclosed in Envelope "A". Do not omit any required/check forms/submittals. X X X X X X 1) General Conditions - signed by proposer. Required on all proposals. 2) Asbestos (AHERA) Document - signed by proposer. Required if work is to be done on Brevard County School Board property. 3) Insurance Compliance Requirements - signed by proposer. Proof of Insurance to be included if work is to be done on Brevard County School Board property. 4) Bond Agreement - signed by proposer. 5% Bid Bond -- required with proposal. 5) Joint Cooperative Governmental Purchasing Program - signed by proposer. 6) Drug Free Work Place, Sect FL Statutes - signed by proposer. 7) All Associated Addendums RFP SUBMITTAL (Delivery container/box) Will include only the following: 1) Sealed Envelope A 2) Seven (7) hardcopy RFP submittals with one (1) hardcopy response plainly marked as Original containing all original documents of the required response to the RFP. The Original hardcopy will contain one (1) CD containing an electronic response. See Sections 3 and 6 for clarification The submittal container/box must be marked with Company Name, Return Address, RFP Number, Due Date & Time of Proposal Submittal. If any document included in our proposal request that is required to be completed and returned in Envelope "A" is omitted or unsigned, the actual proposals will not be considered. Any deviation from this format will be cause for rejection of proposal as non-responsive and/non-responsible. Proposal envelope "A" will be opened first to determine compliance or noncompliance.

10 G E N E R A L C O N D I T I O N S The School Board of Brevard County SUBMIT PROPOSAL TO: Office Of Purchasing Services 2700 Judge Fran Jamieson Way Viera, FL RFP TITLE: HVAC Mechanical Contractors ITN NO INVITATION TO NEGOTIATE ITN Acknowledgment 11001/JO RFP DUE DATE AND TIME: September 15, 2010 BUYER: Joe O Connor PURCHASING TELEPHONE NUMBER: (321) Ext. 470 ISSUE DATE: August 18, 2010 Vendor Name: Vendor Mailing Address: City State Zip Code: Vendor Taxpayer Identification Number: If returning as a No Proposal state reason: Telephone Number: Toll-Free Number: Fax Number: Internet Address: (Required For Electronic Purchase Orders) Internet URL I certify that this Proposal is made without any prior understanding, agreement, or connection with any corporation, firm or person submitting a Proposal for the materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of the Proposal and certify that I am authorized to sign this Proposal for the Proposer. In submitting a Proposal to the School Board of Brevard County, the Proposer offers and agrees that if the Proposal is accepted, the Proposer will convey, sell, assign or transfer to the School Board of Brevard County all rights, title and interest in and to all causes of action it may now or hereafter acquired under the Antitrust Laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the School Board of Brevard County. At the School Board s discretion, such assignment shall be made and become effective at the time of final payment to the Proposer. I agree to adhere to all requirements referenced in these General Conditions as well as all other requirements specified in the RFP Documents for the life of the contract and certify that I am authorized to sign this Proposal for the Proposer. X Signature of Authorized Representative (Manual) Name of Authorized Representative (Typed or Printed) Title Date PURCHASING CARDS: Not applicable to this RFP. District personnel may choose to use a Purchasing Card in place of a purchase order to make purchases from this proposal. Unless exception to this condition is checked below, the proposer, by submitting a proposal, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card. Refusal to accept this condition may cause your proposal to be declared non-responsive. I do not accept the above condition. PROPOSERS: To insure acceptance of the Proposal, follow these instructions. 1. SEALED ITB REQUIREMENTS: All proposal sheets and this form must be executed and submitted in a sealed envelope. (DO NOT INCLUDE MORE THAN ONE PROPOSAL PER ENVELOPE.) The face of the envelope shall contain in addition to the above address, the date and time of the proposal opening and the RFP number. Proposals not submitted on attached proposal form shall be rejected. All proposals are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 2. a) Taxes: The School Board does not pay federal excise and state sales taxes. Do not include these items on invoices. The applicable tax exemption number is shown on purchase orders. b) Mistakes: Proposers are expected to examine the specifications, delivery schedule, proposal prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at proposer's risk. c) Conditioning & Packaging: It is understood and agreed that any item offered or shipped as a result of this proposal shall be new (current production model at the time of this proposal). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

11 General Conditions Cont d... RFP #11001/JO d) Underwriter's Laboratories: Unless otherwise stipulated in the proposal, all manufactured items and fabricated assemblies shall carry U.L. approval of reexamination listing where such has been established by U.L. for the item(s) offered and furnished. e) Proposer's Conditions: Any conditions to be made as part of the proposal should be submitted by letter with notes thereof on proposal sheet for consideration. 3. Equivalents: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification, unless noted otherwise, are for information and not to limit competition. Proposal any brand, which meets or exceeds the quality of specifications listed for any item. Indicate on the proposal form the manufacturer s name and number and indicate any deviation from the specifications as listed. If the proposal is based on equivalent products, include two (2) copies of fully descriptive literature on item(s). Lacking any written indication of intent to quote an alternate brand or model number, the proposal will be considered as a quotation in complete compliance with the specifications as listed in the proposal form. 4. Nonconformance to Contract Conditions: Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at vendor s expense. These items, and items not delivered as per delivery date in proposal and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the proposer. Any violation of these stipulations may also result in: 1) Vendor s name being removed from the proposal list, and: 2) Claims against Performance Bonds will be implemented for damages. 5. Samples: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the proposer s expense. Request for the return of samples must be made within 10 days following opening of proposals. Each individual sample must be labeled with proposer s name, proposal number, and item number. Failure of proposer to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the proposal. 6. Delivery: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user Monday through Friday. 7. Interpretations: Any questions concerning conditions and specifications shall be submitted to the buyer no later than three (3) days prior to the proposal opening. 8. Notice of Proposal Protest Bonding Requirement: Any person who files an action protesting a decision or intended decision pertaining to this proposal pursuant to FS (3)(b), shall post with the purchasing department at the time of filing the formal written protest, a bond payable to the School Board of Brevard County in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. 9. Awards: Awards will be made to the lowest and best firm proposal price from the most responsive and responsible proposer, meeting all the specifications and/or criteria, printed matter, attachments, drawings, schematics, and pre-proposal conferences (if any.). In the best interest of the School Board, the right is reserved to reject any and all proposals, to reject or accept any item or group of items. 10. Additional Quantities: Unless qualified by proposer, acquisition of additional quantities at prices quoted on the invitation is at Buyer s discretion. If not the case, the proposal sheets must be noted Proposal For Specified Quantity Only. 11. Inspection, Acceptance & Title: Inspection and acceptance will be at destination unless otherwise provided. Title to or risk of loss or damage to all items shall be the responsibility of the successful proposer until acceptance by the buyer. 12. Payment: Payment will be made by the accounting department or by Purchasing Card if applicable to this proposal, after the items awarded to a vendor have been received, inspected, and found to comply with award specifications free of damage or defect and properly invoiced. 13. Disputes: In case of any doubt or difference of opinion as to the items to be furnished, the decision of the buyer shall be final and binding on both parties. 14. Legal Requirements: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the proposer will in no way be a cause for relief from responsibility. 15. Special Conditions: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 16. Validity: Bids must be valid for one year after date of award, unless otherwise stipulated in bid request, or bidder s offer has been made and acceptance has been considered and accepted. 17. Asbestos Statement: All materials supplied to the School Board of Brevard County, Florida must be 100% asbestos free. Bidder by virtue of bidding, certifies by signing bid, that if awarded any portion of this bid, will supply only material or equipment that is 100% asbestos free. No bid will be considered unless this is agreed to by the bidder.

12 General Conditions Cont d... RFP #11001/JO 18. Toxic Substances In Construction, Repair, Or Maintenance Of Educational Facilities: (Florida Statute ) - (1) All toxic substances enumerated in the Florida Substance List that are to be used in the construction, repair, or maintenance of educational facilities have restricted usage provisions. (2) Before any such substance may be used, the contractor shall notify the district school superintendent or public postsecondary institution president in writing at least 3 working days prior to using the substance. The notification shall contain: (a) The name of the substance to be used; (b) Where the substance is to be used; and (c) When the substance is to be used. A copy of a material safety data sheet shall be attached to the notification for each such substance. 19. Doing Business With One s Agency: (Florida Statute ) No employee of the School Board of Brevard County may purchase goods or services from a firm in which said employee has a material interest, nor shall employees, directly or indirectly, purchase, sell, rent or lease goods or services for his/her agency from any business entity of which he/she, spouse, or child has a material interest. 20. Public Entity Crimes: All bidders are hereby placed on notice that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or a public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO (currently $25,000.00) for a period of thirty six (36) months from the date of being placed on the convicted vendor list. 21. Federal Debarment Certification: Certification regarding debarment, suspension, ineligibility and voluntary exclusion as required by Executive Order 12549, Debarment and Suspension, and implemented at 34 CFR, Part 85, as defined at 34 CFR Part 85, Sections and (ED ). a) The prospective lower tier participant certifies, by submission and signature of this bid, that either it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. b) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid. 22. Davis-Bacon Act (34 CFR 80.36(i)(4)): All vendors, contractors and subcontractors must comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by the Department of Labor regulations (29 CFR part 5). (Construction contracts in excess of $2000 awarded by grantees and sub-grantees when required by Federal grant program legislation). (Applies to all construction contracts in excess of $2000 awarded by the District and sub-grantees when required by Federal grant program legislation). 23. Liability, Insurance, Licenses and Permits: Where bidders are required to enter or go into School Board property to deliver materials or to perform work or services as a result of a bid award, the bidder agrees to the Hold Harmless Agreement stated herein and will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurances. The bidder shall be liable for any damages or loss to the Board occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of their bid. 24. Release, Indemnification and Hold Harmless: The Vendor shall indemnify and hold harmless the School Board of Brevard County (SBBC), its elected officials and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorney fees) in connection with loss of life, bodily or personal injury, or property damage including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Vendor or its officers, employees, agents, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage is solely attributable to the gross negligence or willful misconduct of SBBC or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive SBBC s rights and immunities under the common law or Florida Statutes including, but not limited to, Florida Statutes , as amended from time to time. 25. Jessica Lunsford Act: The Vendor certifies it will comply with the requirements of the Jessica Lunsford Act (Section , Florida Statutes) in regards to fingerprinting and level 2 background screenings of all employees and any subcontractors employees who will have access to any District school or property when students may be present, or will have direct contact with any student; or have access to or control of school funds. Vendor s failure to comply with this requirement will constitute a material breach of contract. 26. Proposers and/or interested parties may attend this opening.

13 Notification to Short-Term Workers As Required by The Asbestos Hazard Emergency Response Act (AHERA) Presented in accordance with 40CFR S (d) as published in the Federal Register, Vol. 52, No. 210, October , p Pursuant to federal law, short-term workers such as contractors, consultants, subcontractors and all employees of the aforementioned and other short-term workers, hereinafter known as the PROVIDER, are hereby informed that asbestos containing materials, hereinafter known as ACM, may be present at some sites owned by the DISTRICT. At each facility there is a document commonly known as the Management Plan hereinafter known as PLAN, which identifies the type amount and location of ACM within the facility. PLAN is updated periodically to reflect changes in asbestos condition, asbestos removals, and asbestos repairs. It is imperative that PROVIDER ensure that its employees are aware of and instructed to seek the PLAN, through the office of the school/facility administrator, before commencing any activity that might deliberately or inadvertently disturb ACM. Federal Law, EPA regulations, Florida DER regulations, and DISTRICT management prohibit the disturbance of ACM by any individual who is not accredited under the Asbestos Hazard Emergency Response Act of 1986 (AHERA), further the legal disturbance of ACM must be coordinated through and approved by DISTRICT S Asbestos Program Manager(s) and evidence thereof must be obtained by PROVIDER in writing, prior to the commencement of work. The management of PROVIDER must certify, in writing, in a form acceptable to the DISTRICT, that all employees of said management have been made aware of the existence of the PLAN available at each facility, further that said employees have been directed to consult the PLAN before performing any service which could, deliberately or inadvertently, disturb ACM. The provisions of this document shall survive the closing and performance of any contract, bid request, request for proposal, purchase order, informal request involving PROVIDER S visit/inspection of DISTRICT S facilities, and subsequent correction of defects, providing corrective action, warranty service and/or maintenance service. In as much as PROVIDER may, from time to time, perform services to and for DISTRICT, it is intended that this notification stand in perpetuity and refer to each and every facility and any/all equipment owned and/or operated by DISTRICT EXECUTE BUT DO NOT DETACH PROVIDER acknowledges having read and understood the foregoing and will ensure that all of PROVIDER S employees understand the provisions set forth herein, and seek the PLAN for each school/facility and other wise comply with all provisions hereinbefore described. Name and address of PROVIDER: Date of signature Signature of PROVIDER S management designee Typed name of PROVIDER S management designee NOTE THIS IS A SUBMITTAL DOCUMENT

14 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL INSURANCE REQUIREMENTS All bidders shall furnish (with their bid), a Certificate of Insurance that complies with the insurance requirements listed below. Upon bid/contract award, the successful bidder(s) shall be required to name the School Board of Brevard County, Florida, as an additional insured to the successful bidder(s) General Liability insurance policy. The Certificate of Insurance shall list the deductible as well as the type of policy purchased (i.e. claims made or per occurrence) for each of the policies listed below. The following liability coverage limits must not be less than the limits specified. Such certificates must contain a provision for notification to the Board thirty (30) days in advance of any material change in coverage or cancellation. This is applicable to the procurement and delivery of products, goods or services furnished on premises of the School Board of Brevard County. 1. General Liability Insurance: Negligence including Bodily Injury: Per Claim $1,000,000 Negligence Including Bodily Injury: Per Occurrence $2,000,000 Property Damage: Each Accident $1,000, Product Liability or Completed Operations Insurance: Negligence Including Bodily Injury: Per Claim $ 500,000 Negligence Including Bodily Injury: Per Occurrence $1,000, Automobile Liability: Negligence Including Bodily Injury: Per Claim $ 500,000 Negligence Including Bodily Injury: Per Occurrence $1,000,000 Property Damage: Each Occurrence $ 500, Workers Compensation/Employer s Liability: W.C. Limit Required Statutory Limits E.L. Each Accident $1,000,000 E.L. Disease Each Employee $ 500,000 E.L. Disease Policy Limit $1,000,000 Workers Compensation Exemption forms will not be accepted. All entities or individuals are required to purchase a Workers Compensation insurance policy. 5. Professional Liability Insurance (E&O, D&O etc.): For services, goods or projects that will exceed $1,000,000 in values over a year. Each Claim: $1,000,000 Per Occurrence: $2,000,000 For services, goods or projects that will not exceed $1,000,000 in values over a year. Each Claim: $ 250,000 Per Occurrence: $ 500,000 Vendor/Company Name - Print Authorized Representative s Name Print / Signature Date

15 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL TO: FROM: SUBJECT: All Bidders Lynda Jones, Director Purchasing and Warehouse Services Cooperative Bids RE: Joint Cooperative Governmental Purchasing Program, State Board of Education Rule 6A Para 5, SICOP, and Central Florida School Board Purchasing Consortium BID: HVAC Mechanical Contractors In accordance with the Brevard County Joint Cooperative Governmental Purchasing Program and 6A-1.012, please be so notified that the Brevard County Commission and any and all other Florida school districts, governmental agencies, municipalities and Brevard County entities are hereby authorized to procure from this bid, at their own discretion. The quantities listed herein are only anticipated estimated usages from the Brevard County School Board and do not reflect usage factors from other Brevard County governmental agencies or state school districts. Please govern yourselves accordingly. The Brevard County School Board Purchasing Department is at all times custodian of this bid. Please sign and return to the above named, with your bid, at the address listed above, if your firm is in full agreement. Name & Mailing Address of Vendor Signature of Authorized Representative Telephone Number Dated: BE/pn Rev. 3/12/98

16 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL DRUG FREE WORK PLACE, SECTION FL STATUTES IDENTICAL TIE BID - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (Provide School District with a copy of said document with firm s name on Notification Document.) 2) Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any convictions of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sight the statement, I certify that this firm complies fully with the above requirements. Vendor s Corporate Name Name - Print Signature of Bidders Date Executive Officer

17 RFP 11001/JO HVAC MECHANICAL CONTRACTORS Table of Contents Section Title Page 1. Introduction 2 2. Definitions 4 3. Instructions to Proposers 5 4. BPS Reservations & Responsiveness of Proposals 6 5. General Conditions for Submissions 6 6. Required Submittal Format 7 7. Evaluation Criteria 8 8. Proposal Selection Process Evaluation, Ranking, & Recommendation for Award Process Project Award Process Basic Contractor Qualifications Qualifications - Service Category 1 System Installation, Modification & Service Qualifications - Service Category 2 - Controls Qualifications - Service Category 3 Component Service & Sales Contractor s Responsibilities Qualifications of Employees General Requirements Beginning & Length of Service Method of Compensation Project Closeout Special Terms and Conditions 28 Attachments Exhibit A Company Capabilities Exhibit B Project Mechanic/Technician Information Exhibit C Project Mechanic/Technician Usage Exhibit D Contact List Exhibit E Evaluation Form Exhibit F Ranking Summary Form Sample Exhibit G Scope of Work Sample Exhibit H Contractor Proposal Sample Exhibit I Code Enforcement Information Exhibit J Equipment Rental Pricing (Suggested Format)

18 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 2 of INTRODUCTION 1.1 Intent and Purpose: The School Board of Brevard County desires to establish term contracts with multiple highly qualified and licensed HVAC firms capable of providing service, preventive maintenance, repair, retrofit and replacement work for projects of varied size, scope, complexity and value while meeting all other specifications and requirements of doing business with a Florida K-12 Educational institution as per Florida Statute, Florida Administrative Code and the Florida Department of Education s Requirements for Educational Facilities. The District intends to award contracts for an initial term of one year with two optional annual renewals. Typically, the awarded HVAC Mechanical Contractors will perform the following services: 1. Place mechanical equipment. 2. Install or repair ductwork, duct fittings, and duct heaters. 3. Install or repair piping, valves and piping specialties. 4. Install or repair DDC controls and controls infrastructure. 5. Provide or service HVAC components. 6. Provide temporary AC systems. 7. Provide water treatment supplies and service. 8. Repair pumps, motors, or compressors. 9. Provide protective oil coatings. 10. Provide and service boilers. 1.2 District Information: The District and its governing board were created pursuant to Section 4, Article IX of the State of Florida Constitution. The District is an independent taxing and reporting entity managed, controlled, operated, administered, and supervised by District school officials in accordance with Chapter 1000, Florida Statutes. The Board consists of five elected officials responsible for the adoption of policies, which govern the operation of the District s schools and departments. The Superintendent of Schools is responsible for the administration and management of the schools and departments within the applicable parameters of state law, State Board of Education Rules, and School Board policies. The Superintendent is also specifically delegated the responsibility of maintaining a uniform system of records and accounts in the District per the Florida Statutes as described by the State Board of Education. The District is coterminous with Brevard County. The District currently operates 87 schools including 59 Elementary Schools, 12 Middle Schools, and 16 high Schools. The District is also responsible for 14 alternative sites, 5 Adult/Community Education Centers and 6 Special Centers. The total full-time K-12 enrollment of public school students on March 10, 2010 was 67,593 and despite a recent decline growth is projected in the future at an average of 1,000 students per year. In 2009, according to the National Center of Educational Services, the District was reported as the 10th largest school district in the State of Florida and the 47th largest school district in the United States, as ranked by student population. The District is the largest employer in Brevard County with 9,500 full time employees.

19 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 3 of RFP Award: The awards shall be based on the most responsible offerers whose proposals are most responsive to the RFP and demonstrating the clearest understanding of the requirements, and demonstrating the capabilities to perform exemplarily based on service and price matters. Awards will not be based solely on economics, but rather on an evaluation of all aspects of the offerer s proposal. The District s Plant Operations and Maintenance staff intends to recommend that the School Board award an appropriate quantity of the most responsive and responsible firms in each of the three following major categories, and each of their sub-categories and/or specialties as applicable: 1. System Installation, Modification, and Service a. Major Mechanical b. Ductwork and Piping c. Ductwork d. Piping e. DX Air Conditioning < 10 Tons Installation and Service f. Refrigeration Equipment Service and Repair g. OEM (Original Equipment Manufacturer) - Installation 2. Controls a. Johnson Controls Incorporated Based Controls b. Siemens Based Controls c. Alerton Based Controls 3. Component Service and Sales a. Chiller Service and Repair b. Chiller & A/C Rental c. VFD Service and Replacement d. Refrigerant Recovery and Reclaim e. A/C Compressor Service and Replacement f. Building Management Infrastructure g. Water Treatment Service and Supply h. Electric Motor and Pump Service and Replacement i. Small Scale HVAC Project Management j. Coil and Equipment Coating k. Boiler Service and Replacement 1.4 RFP Schedule of events August 18, 2010 Advertisement September 8, 2010 Deadline for Questions September 15, 2010 Submittal Deadline (2 PM) September 22, 2010 Selection Meeting September 24, 2010 Recommendation of Award October 12, 2010 School Board Approval

20 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 4 of DEFINITIONS 2.1 SCHOOL BOARD shall mean THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA or it s duly appointed representatives. 2.2 OWNER shall mean THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA. 2.3 PROPOSER shall mean any person, firm or corporation who submits a proposal pursuant to this Instruction to Proposers. 2.4 FACILITY shall mean any building owned or leased by the School Board of Brevard County, Florida. 2.5 CONTRACTOR shall mean the proposer, whether a corporation, partnership, individual, or any combination thereof, and its, their, or his successors, personal representatives, executors, administrators, and assignees. 2.6 VENDOR shall mean the proposer whose proposal is accepted by the School Board of Brevard County, Florida. 2.7 PROJECT MANAGER shall mean the Contractor s chief coordinator for all work under this proposal and who normally oversees all proposal operations and final decisions, etc. 2.8 WORK shall mean the completed construction required by the contract and construction documents. 2.9 SUPERINTENDENT shall mean the Contractor s chief representative (normally field based) who usually plans work, orders materials, coordinates blueprints, inspects finished work, supervises tradesmen, etc CONTRACT DOCUMENTS consist of each and every one of the following: 1. Each page of the proposal document (including all specifications and terms and conditions). 2. All addenda heretofore issued. 3. Project scope of work. 4. Drawings, if any. 5. Supplementary specifications, if required. 6. Purchase Order or Construction Agreement (as required). 7. Contract completion form TERM CONTRACTOR holds continuing contract and bids on individual projects PROJECT shall mean a discrete package of work, consisting of labor and/or materials PERSONNEL shall mean Mechanics, Electricians, Helpers, Project Managers, Engineers, Designers, Sub-Contractors, etc MECHANIC shall mean an HVAC Mechanic (includes piping, ductwork, and compressors) 2.15 TECHNICIAN shall mean an individual working with wiring and electronics or components and products other than mechanical SERVICE PROVIDER shall mean Mechanics, Electricians, Helpers, Project Managers, Engineers, Designers, Sub-Contractors, etc BPS shall mean Brevard Public Schools DISTRICT shall mean Brevard Public Schools.

21 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 5 of INSTRUCTIONS TO PROPOSERS 3.1 Submission of Sealed Proposals 1. All firms interested in being considered for providing HVAC Mechanical Services to the School Board of Brevard County, Florida are required to submit, in a clearly marked outer envelope, or container, a single envelope A containing all documentation identified in Specific Qualification Requirements of Proposers and one (1) clearly marked original proposal with six (6) copies of the proposal in the format specified in Section 7. The original hard copy will contain one (1) CD containing an electronic response in a single file PDF format. 2. Proposal packages must be submitted prior to 2 PM on Wednesday, September 15, 2010 to the following location: Brevard Public Schools Office of Purchasing Services 2700 Judge Fran Jamieson Way Viera, Florida Proposal packages are to be packaged, sealed and submitted to the address shown in Section with the following clearly marked on the outside: Company Name Return Address RFP Number RFP Due Date and Time 4. Proposal packages will be date/time stamped upon receipt by the Office of Purchasing Services. It will be the Contractor s responsibility to ensure timely delivery of the proposal package. The Office of Purchasing Services will not be responsible for late delivery by the US Postal Service or other delivery services. Proposal Packages received prior to the due date and time will be accepted and logged as received. Proposal packages delivered after the due date and time will be stamped, marked as late and rejected for consideration. The date/time stamp located in the Office of Purchasing Services will be the only official date/time stamp. 3.2 RFP Inquiries/Questions 1. Potential bidders may submit written questions regarding this solicitation directly to the Office of Purchasing Services, Joe O Connor, Purchasing Specialist at o connor.joe@brevardschools.org or by fax (321) Questions or inquires must be received no later than Wednesday, September 8, 2010 prior to 5 PM. Telephone inquiries will not be accepted, nor will answers be provided by telephone. It is the sole responsibility of the proposer to ensure that written questions will be received by the deadline indicated above. Responses will be distributed via the District s bid distribution service DemandStar by Onvia to all proposers on DemandStar s Planholder list. 2. The District may modify the Request for Proposal at any time prior to the proposal s due date by issuance of a written addendum to participating vendors as described in the process above. Addenda shall be numbered consecutively and initiated by the Purchasing representative. No other person shall be authorized to make changes to the RFP. It shall be the responsibility of the proposer to be sure they receive all addenda. 3. No verbal or written information, which is obtained other than by information in this document or by addendum to this RFP, will be binding on the District. 4. BPS RESERVATIONS AND RESPONSIVENESS OF PROPOSALS 4.1 The School Board of Brevard County reserves the right to reject any or all proposals received and reserves the right to make an award without further discussion of a proposal submitted. Therefore, the proposals should be submitted initially in the most favorable manner. It is understood that the proposals will become part of the official file on this matter without obligations to any/all participants.

22 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 6 of A responsive proposal is an offer to perform, without condition or exception, the scope of services called for in this RFP. Non-responsive proposals shall not be considered. Proposals may be rejected if found to be irregular or not in conformance with the requirements or instructions contained herein contained. A proposal may be found to be irregular or non-responsive by reasons including failure to complete or utilize prescribed forms, conditional proposals, incomplete proposals, indefinite or ambiguous proposals, and improper or undated signatures. 4.3 Proposals may be rejected if more than one proposal is received from an individual, firm, partnership, or corporation, or combination thereof, under the same or different names. Such duplicate interest may cause the rejection of all proposals submitted by the entity. 4.4 Other conditions which may cause rejection of the proposals include evidence of collusion among participants, obvious lack of experience or expertise to perform the required services, or failure to perform or meet financial obligations on previous contracts, or in the event an individual, firm, partnership, or corporation is on the GSA s Excluded Parties List System or the State of Florida Department of Management Services Convicted Vendor List, Suspended Vendor List, Discriminatory Vendor List, or Vendor Complaint List. 5. GENERAL CONDITIONS FOR SUBMISSIONS 5.1 Issuance of the RFP does not constitute a commitment by BPS to award a contract. BPS reserves the right to reject any or all proposals received in response to this RFP, cancel the RFP, or waive any technicalities of formalities when and if it is deemed in the best interest of BPS to do so. 5.2 The award of any contract resulting from this RFP is subject to the provisions of Chapter 112, Florida Statutes. Officers must disclose with their proposal the name of any officer, director, partner, proprietor, associate, or agent who is also an officer or employee of the Brevard Public Schools who owns, directly or indirectly, any interest in the offering firm or any of its branches or affiliate companies. 5.3 A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any services or goods to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list (F.S ). By submitting a proposal, the proposer represents that restrictions related to public entity crimes stated in Section (2) (a), Florida Statutes, do not apply to either his own company, or that of his subcontractors or suppliers. 5.4 BPS reserves the right to request clarification of information submitted and to request additional information from one or more firms. 5.5 All proposals become the property of BPS upon receipt and will not be returned to the firm. 5.6 BPS operates under the public disclosure laws required for governmental agencies. Proprietary firm information must be identified and will be protected to the greatest extent possible, but must be disclosed by BPS upon receipt of a Public Information Request. 5.7 By making a submission, the firm agrees to comply with all applicable federal, state and local statutes, code, and regulations. 5.8 BPS accepts no responsibility for any expenses incurred by those firms offering their services in the preparation of a response to either this RFP or subsequent requests. All submitting expenses shall be borne by the offering firms exclusively. 5.9 The successful firm(s) shall obtain written approval from BPS prior to reassigning any key staff involved in the performance of this service as shown in the submission.

23 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 7 of The successful firm shall also obtain written approval from BPS prior to assigning any new personnel to their key staff positions. Such approval will not be reasonably withheld. BPS may, with prior written substantiation, require removal of any employee(s) of the successful firm who BPS reasonably deems incompetent, careless, insubordinate, unsuitable, or otherwise unacceptable, or whose continued employment on the contract it deems contrary to the public interest or not in the best interest of the BPS News releases pertaining to this procurement or contract shall not be made without prior written approval from BPS, Office of District Communications Respondents of this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting date of the intended award, excluding Saturdays, Sundays, and state holidays, any employee, officer, or member of the School Board of Brevard County concerning any aspect of this solicitation, except in writing to the authorized BPS representative identified in Section 6.6. Violation of this provision may be grounds for rejecting a response at any time during the proposal process Any contract resulting from this RFP shall be governed by the laws of Florida, without giving effect to the choice of laws principles thereof, and is deemed to have been executed, entered into and performed within Florida. The parties hereby irrevocably submit to the jurisdiction of Florida, and venue shall lie in the Brevard County, Florida courts. The parties hereby waive any objection to such jurisdiction and venue. 6. REQUIRED SUBMITTAL FORMAT 6.1 All proposers interested in being considered for these services shall submit seven (7) hardcopy responses with one (1) plainly marked Original containing all original documents of the required response to the RFP. The original hardcopy will contain an electronic response in a single file PDF format. 6.2 To facilitate analysis of its submittal, the firm must prepare its proposal in accordance with the criteria outlined in Section 7. Proposals shall respond to each of the criteria in the same order as listed. 6.3 The proposal is limited to seventy (70) informational pages on white 81/2 x 11 (letter size) paper and shall be presented in a 3-ring binder format. Double sided printing is allowed. Foldout pages may also be used, where appropriate, but should not exceed five (5) percent of the total number of pages comprising the proposal. Font size shall not be less than 10. The proposals must be indexed and all pages sequentially numbered. Unnecessarily elaborate special brochures, art work, expensive paper and expensive visual and other presentation aids are neither desired nor necessary. 6.4 It is recognized that existing financial reports, documents or brochures, such as those that delineate the participants general capabilities and past experience may not comply with the prescribed format. It is not the intent of the School Board of Brevard County to have these documents re-formatted and they will be acceptable in their existing form. 6.5 BPS emphasizes that the proposer concentrate on accuracy, completeness and clarity of content. The proposal must have sections and tabs which are clearly identified and also must number and label all parts, pages, figures, and tables in its proposal. 6.6 Please direct all inquiries concerning this proposal to: Joe O Connor, Purchasing Specialist, Office of Purchasing Services, 2700 Judge Fran Jamieson Way, Viera, FL , phone number Extension 470. Requests for Information must be submitted by to o connor.joe@brevardschools.org or by Fax to attention: Joe O Connor. Questions must be received before 5:00 PM on September 8, Questions not received by this date and time will not be considered.

24 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 8 of EVALUATION CRITERIA 7.1 The following criteria are intended to provide the selection committee with information regarding the qualifications and experience of each proposing HVAC Mechanical firm. The submittal shall be organized, tabbed and shall respond to each of the criteria in the same order as listed below: 1. Executive Summary The Executive Summary is to be written in non-technical language to summarize the participants overall capabilities and approaches for accomplishing the services specified herein. Proposers shall identify the service category or categories 1, 2, and/or 3, sub-categories or specialties (Section 1.3) the firm is offering the District (failure to identify category(s) may result in rejection of proposal). The Executive Summary should be signed by a person legally authorized to bind the firm. 2. Table of Contents 3. Company/Corporate Background Describe the firm s organization, special qualifications and history. Provide copies of certifications, licenses, and evidence of professional affiliations. Describe in detail the firm s assets that enable the firm to perform quality work in a timely manner, such as ductwork and piping fabrication shops, site equipment owned, as well as ancillary trade personnel such as licensed electricians or plumbers. If applicable, describe in detail the firm s in-house capability to repair chillers, provide rental AC equipment, repair VFDs, repair AC compressors, install building management infrastructure, provide water treatment and supplies, repair electric motors and water pumps, apply corrosion protection to condenser coils, repair and service boilers, recover refrigerants, perform TAB, oil spectrum, vibration analysis, infrared inspections, eddy current testing and non-destructive testing. Provide a list of current HVAC Mechanical Contractor term contracts awarded by any Florida K-12 Educational Institutions, Universities, or municipalities. Describe related experience and list five successful projects the firm has completed within the last year. Describe cost control measures in use by your firm and how they would apply to BPS projects. 4. Product Relationships Indicate product lines the firm represents and offers. Indicate start date of the relationship for each product line and one of the following options: 1) Manufacturer (proposing firm manufactures and installs product). 2) Direct Vendor (proposing firm provides factory service for installed equipment). 3) Buyer/Seller (proposing firm buys and installs equipment) 5. Firm Capabilities Present a concise outline of specific HVAC Mechanical services your firm is qualified for and prepared to provide the District. Identify and discuss any of the services, or method of approach to the services which your firm believes to be either unique or outstanding, or which is recognized as giving your firm a competitive edge or advantage. Utilizing Exhibit A (attached) indicate the firm s capabilities. 6. Project Organization and Management Personnel Provide a detailed organizational chart depicting the management and service structures; include all staff that would provide service to BPS. Provide copies of the following, as applicable, for each individual listed on the organizational chart: a resume detailing educational background, work experience, pertinent training, licensing, certification, professional affiliations or any other information describing the individual s personal qualifications to perform the service proposed. Provide specific work experience that details the individual s credentials relative to professional HVAC Mechanical Services. Clearly identify project work performed prior to and during employment with current or other firms for each individual. Identify the individual(s), as applicable, that are State Certified Mechanical Class A License holders that are either full time employees of the firm or a full time supervisor or manager of the firm. Submit a copy of the State Certified Mechanical Class A License.

25 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 9 of Project Mechanics The proposer shall utilize and submit, for each Mechanic/Technician the firm is proposing to provide services with to the School Board, an Exhibit B Project Mechanic/Technician (attached), and an Exhibit C Project Mechanic/Technician Usage (attached). Attach documented proof for each Area listed in Exhibit B for each Mechanic submitted. Mechanics/Technicians listed with incomplete data or supporting documentation will not be considered. Use a separate Exhibit B and C for each Mechanic/Technician submitted. 8. Project Experience/References Provide evidence regarding the firm s success in its ability to retain Florida, K-12 contracts and perform satisfactorily within each contract by providing the following information: Description of project, client name and contact person, address, phone number, fax number and dates of service. The contact shall be a person who was directly involved with the services provided. Provide letters of recommendation from contacts listed. Letters of recommendation should reference projects listed and include. 1) Name of project 2) Description of project 3) Owner s name 4) Contact person 5) Address 6) Phone Number 7) address 8) Dates of service 9) Name of Contractor s Project Manager 10) Names of Mechanics performing work 11) Clearly indicate what work was performed in-house and 12) What work was sub-contracted The contact shall be a person who was directly involved with the services provided. Provide letters of recommendation from each contact listed. Letters of recommendation for each project are required and must reference each project listed. 9. Quality Control/Availability Describe the firm s Quality Control measures; provide specific examples. Provide business address of the firm s office(s) from which any part of the service will be administered from to include location of equipment and material warehouses and the distance and driving time from those locations. If submitting a joint venture, list the address of all entities and distance and driving time from each site. Identify emergency contact(s) and methods of communication (phone, cell phone, fax, ) to ensure twenty-four (24) hour, seven (7) days per week responsiveness. Key personnel assigned to this contract who may respond directly from their residences should be identified and listed. Identify other contracts key personnel are assigned to and how scheduling conflicts regarding personnel and equipment will be addressed. Utilizing Exhibit D (attached) list key personnel that will be available twenty-four (24) hours per day, seven (7) days a week and capable of responding to emergency work within two hours of notification. Identify alternate personnel in the event Primary contacts cannot be reached. Provide contact information for a senior representative of the firm in the event the Primary and Alternates are nonresponsive.

26 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 10 of Training Program Provide detailed information on the training programs completed by company personnel. Include course titles, content, location, schedule, number of trainees. Indicate cost of training per mechanic. 11. Safety Program Describe the firm s safety program specifically the components that address the hazards associated with the scope of services proposed. Provide detailed information on the Safety Program as it relates to school building occupants. 12. Compensation and Fee Schedule Provide a comprehensive and complete listing of compensation requirements for project personnel; include hourly rates by position/title/name of individual and premium time rates/hours for the same. Provide material mark-up (not to exceed 15%) and any other additional costs that may be charged to the School Board. Indicate all fees and rates that will apply, and be broken out, on all proposals and invoices presented to the District during the term of this contract. 8. PROPOSAL SELECTION PROCESS The School Board of Brevard County intends to accept the most responsive proposals submitted to it. In determining which are the most responsive proposals received, the School Board of Brevard County shall consider and weigh the experience, qualifications, price proposal, and reputation of each participant, and the quality of service proposed by each participant. The selection process shall be conducted as follows: 8.1 RFPs are received and publicly opened. The names of respondents shall be read aloud and the contents of Envelope A shall be verified as per the instructions found on the Specific Qualification Requirements of Proposers (Page 2 of RFP). Proposals with omitted or incomplete documentation or information shall be rejected at this time. This meeting, pursuant to Section Florida Statutes, shall be open to the public. 8.2 Proposals shall be distributed to the Evaluation Committee members for a pre-evaluation review. The Committee Chairperson may assign committee members the task of validating references. Sub- Committees may be established for fact finding tasks. Evaluation discussions are prohibited between committee members during this phase of the process. 8.3 The Evaluation Committee shall convene to review and discuss all proposals submitted. Purchasing personnel will participate in an advisory capacity only. Utilizing the RFP s Evaluation Form (refer to Section 9), the Evaluation Committee shall assign points in the evaluation of the written proposals and recommendation process in accordance with the published evaluation criteria. Discussion of proposals may be supplemented by an overview, summary, or comments by appropriate Evaluation Committee members. The ranking established in this meeting will be final and shall determine which proposer s will be recommended for award. This meeting, pursuant to Section Florida Statutes, shall be open to the public. 8.4 The Director of the Office of Purchasing Services shall prepare and submit the Evaluation Committee s recommendation to the Superintendent, who in turn shall submit it as an agenda item to the School Board. The Board will award or reject any or all proposals. Upon School Board approval, the District and the HVAC Mechanical Services Contractor s can engage in project activity. 9. EVALUATION, RANKING & RECOMMENDATION OF AWARD PROCESS 9.1 Proposals will be evaluated by a committee composed of representatives from the Planning & Project Management Group and the Plant Operations/Maintenance Group. The evaluators will objectively grade the proposals on their merit and responsiveness. Proposals will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. 1. The evaluation items herein may appear to pertain to a larger Contractor with a complex business base. However, the District and the evaluation committee recognize the value and expertise of smaller firms and only basic responses are expected in these cases so smaller firms are encouraged to submit proposals by responding to all required items with responses as basic as None if applicable.

27 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 11 of Grading Format Grading shall be by a pre-determined point system, based on the Evaluation Criteria in Section 7 and the assigned Point Potential as indicated by the following chart: Criterion Point Potential Sub-Point Potential Company/Corporate Background 10 Product Relationships 5 Company/Firm Capabilities 5 Project Organization & Management Personnel 10 Project Mechanics 15 Project Experience/References 15 Quality Control/Availability 5 Training Program 5 Safety Program 5 Compensation & Fee Schedule 25 Hourly Rate 15 Premium Time Rate 5 Material Markup 5 GRAND TOTAL Grading Percentages Evaluation Committee members will assign percentage scores to the various criterions based on the following table: Grade Description 0% 20% 40% 60% Criterion was not addressed in the response or the material presented was totally without merit. Criterion was addressed minimally; response indicated little capability, experience, or understanding of topic. Criterion was addressed minimally, but response shows some capability, experience, or understanding of topic. Criterion was addressed adequately. Overall, a basic capability, experience, or understanding of topic. 80% Criterion was addressed well. The response indicates some superior features 100% Criterion was addressed in superior fashion, indicating excellent or outstanding capability Example: The Project Organization and Personnel criterion has a potential point value of 10 points. If a response addresses the topic well (the definition of the 80% grade), the 10 point potential value would be multiplied by 80% (10 x.8 = 8) resulting in a criterion score of Evaluation Form Each Evaluation Committee member will utilize an evaluation form (see Exhibit E ) to record each firm s criterion scoring. All scores will be summed to achieve a grand total score. A separate evaluation form will be utilized for each Service Category a firm is proposing for as identified in the Executive Summary.

28 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 12 of Ranking At the completion of the evaluation process the Purchasing Services representative will collect the evaluation forms and total each firm s scoring by Service Category and specialty. Totals will be tabulated electronically and sorted by point value highest to lowest. The highest ranked proposer will be the firm with the highest combined score. An Evaluation Summary Form (see Exhibit F for sample) will be utilized to record the final ranking. 9.6 Recommendation of Award The Evaluation Committee will select and recommend an appropriate number of the highest ranked firms in each of the Service Categories, and sub-categories, for award. The number of appropriate Contractors recommended for award per service category, and sub-categories, will be determined by a number of factors including numbers of proposals submit, workload projections for the term of the contract, ranking spread, District budget and other District requirements. The Director of Purchasing Services shall prepare and submit the Evaluation Committee s recommendation to the Superintendent, who in turn shall submit it as an agenda item to the School Board. The Board will accept or reject any or all the proposals. Upon School Board approval, the District staff can then award HVAC Mechanical contracts to the awarded service providers 10. PROJECT AWARD PROCESS 10.1 It is the intent of the District to compete all Contractors awarded in the appropriate service category, or sub-category for each District project as applicable. Contractors from higher service categories may be invited to bid on lower service category projects at the option of the School Board. The Contractor offering the District the lowest fixed price bid and meeting all other specifications and requirements will be awarded the project Although the intent of the District shall be to compete all qualified firms for projects of a similar scope or service category the District s Project Manager, due to schedule, workload, and other matters, may award the highest ranked Contractor in the appropriate service category, sub-category, or specialty for projects not to exceed $3, at the Contractor s proposed rates accepted by the School Board of Brevard County Emergency work, minimally defined as work required due to a system or component failure that will impact or disrupt the operation of a District operated school or facility and requiring an immediate response shall be awarded to the Contractor most qualified and capable of responding to the emergency repair as deemed by the District s HVAC, and other, appropriate personnel. Awards for projects of this nature shall not exceed $15, BASIC CONTRACTOR QUALIFICATIONS 11.1 The Contractor shall furnish all labor at an hourly rate. Tools, equipment, and transportation to provide air conditioning mechanical services at multiple facilities within Brevard County as required by the School Board. These services shall include small to large air conditioning projects, maintenance, and/or service calls The Contractor is qualified for and responsible for the entire project contracted for and does himself or by others install, alter, repair, maintain and locate defects in a variety of air conditioning equipment and systems The Contractor shall be responsible to the School Board for the acts and omissions of the Contractor s employees, sub-contractors, and their agents and employees, and other persons performing any of the work under a contract with the Contractor The Contractor shall designate a pre-approved Project Manager, for each project, to act in its behalf that shall be responsible for all matters pertaining to the Contractor s performance of services and shall have authority to act on behalf of the Contractor For all work performed, the Contractor shall warrant to the School Board that all materials and equipment furnished will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects and in conformance with the project specifications. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective.

29 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 13 of The Contractor shall, in addition to all other guarantees, be responsible for faulty labor and workmanship and shall promptly correct improper work, without cost to the School Board, within twenty-four (24) hours after receipt of Notice of such faulty labor or workmanship. If the Contractor fails within twenty-four (24) hours to correct defects, the School Board shall be entitled to have such work remedied and the Contractor shall be liable for all costs and expenses reasonably incurred by the School Board. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period shall be effective for one (1) year after acceptance of the work by the School Board The Contractor shall administer, coordinate, and enforce all warranties provided by Contractors, vendors, and equipment suppliers. The Contractor shall perform all work such that all third-party warranties are maintained in full force and effect. Contractors shall assume responsibility for loss of warranty due to actions on the Contractors part. The assumed responsibility shall be that the Contractor honors the terms of the warranty The Contractor shall provide a written list of all actions required by the School Board in order to maintain warranties in full force and effect. Failure to provide the list, or omissions from the list, shall obligate the Contractor to assume responsibility for loss of warranty, as described above The Contractor shall provide services using only pre-approved HVAC, Controls, and other HVAC trade specialty personnel. HVAC and Controls Mechanic/Technician credentials shall be one criteria used in the Contractor selection process. A successful Contractor must have a minimum of one pre-approved HVAC and Controls Mechanic/Technician and one pre-approved HVAC Project Manager. An experienced HVAC Project Manager is critical to the successful completion of a project. The HVAC Project Manager shall have a minimum of five (5) years experience in the HVAC trade. At any time during the duration of the contract, the Contractor may submit additional HVAC Mechanics/Technicians/Project Managers to the School board for approval. Mechanics, Technicians, and Project Managers submitted for post-award approval must be demonstrated, by their credentials, to be equal to, or better than, the average Mechanic, Technician, or Project Manager submitted as part the Contractor s proposal (as determined by the point-rating system). 1. Likewise any Mechanic, Technician, Electrician, Helper, Project Manager, Engineer, Designer, etc. who is found by the School Board to have performed sub-standard work will be removed from the Approved List. In the event that a Contractor has no approved Mechanic or Project Manager, that Contractor shall be ineligible to receive work from the School Board until such time that at least one Mechanic and one Project Manager is approved. 2. Work performed by sub-contractors will be under the direct supervision and responsibility of the Contractor s Project Manager. The Contractor s Project Manager will be directly responsible for all workmanship, materials, code compliance, rule compliance, and actions of the sub-contractor. The Contractor s Project Manager may therefore be removed from the Approved List, as described above, due to sub-standard sub-contractor performance as determined by the School Board The Contractor shall hold a current State of Florida Class A Mechanical or applicable Specialty Descriptions License in the Service Category being applied for. It is recognized that experience is an important factor in delivering a quality system when working on a large project. Therefore, to be considered for projects valued at over $100,000 the Contractor shall have possessed the required State of Florida Class A Mechanical License for a period of not less than five (5) consecutive years and for that same period the license holder shall have actively used that license either directly or indirectly in the performance of HVAC contracts. 1. Directly shall be defined as having owned a business, or been a full time partner in a business, where the sole source of work has been in the heating, ventilation, air conditioning, refrigeration, or controls industry. 2. Indirectly shall be defined as having worked full time for a business where the sole source of work was in the heating, ventilation, air conditioning, refrigeration, or controls industry. 3. The Contractor must demonstrate the Direct or Indirect business relationship by submitting the appropriate documentation supporting the same.

30 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 14 of The Contractor s proposed Mechanics/Technicians must submit documentation demonstrating they have a minimum of five (5) years working experience with HVAC on-site electrical, mechanical, installation, repair or applicable HVAC related specialty trade The Contractor shall meet all other requirements of the RFP, hold all applicable licenses and insurance and shall be capable of Bonding for projects not to exceed $300, QUALIFICATIONS - SERVICE CATEGORY 1 SYSTEM INSTALLATION, MODIFICATION & SERVICE A responding Contractor is limited to propose services for a single choice from this category. A Contractor shall identify the Category I Specialty in Section that is most suitable and representative of the Contractor s capabilities. Note, however, that the Contractor s submittal will be ranked against the other submittals received for that Category I Specialty so it is important to correctly identify the Category I Specialty being applied for Major Mechanical A full time employee of the Contractor shall hold a Florida State Class A Mechanical License. The Contractor shall employ a minimum of three (3) each in-house ductwork and piping mechanics with training and experience in all aspects of AC installation including Ductwork and Piping as defined herein and the installation of major pieces of equipment such as packaged chiller plants and Thermal Energy Storage Systems. 1. Incidental Work: The Contractor shall be capable of performing minor electrical power and AC controls work associated with, for example, connecting a new air handler to the existing power and controls, or shall provide this work through subcontracted services Ductwork and Piping A full time employee of the Contractor shall hold a State of Florida Class A Mechanical License. To qualify, the Contractor must employ in-house mechanics with training and experience in Ductwork, Hydronic Piping, and DX units of all sizes. Note that any individual may be trained and experienced in only one of these areas to qualify, but an individual trained and experienced in multiple areas can qualify in as many areas as applicable. 1. Ductwork personnel shall be trained and experienced with all aspects of ductwork including field installation, suspension systems, fire dampers, wall penetrations, the placement and attachment of air handlers, VAV boxes, and air inlets and outlets including outside air louvers and exhaust fans. 2. Piping personnel shall be trained and experienced with the welding, flange and groove joining, threading and sweating of metallic pipe and the proper installation of plastic and metallic piping up to and including ten (10) inch systems. The qualified piping employee will also be trained and experienced with the installation of chillers, cooling towers, all types of frame mounted pumps, hand operated and actuated valves, air separation devices, expansion tanks, glycol make-up stations, shot feeders, trim items such as gauges, thermometers, and DDC transducers, and chilled water air handlers. 3. DX personnel shall be trained and experienced with all aspects of the installation of DX units, copper tubing installation, and hard soldering. Personnel shall hold a current Universal Refrigerant License. 4. Installation of Equipment: The Contractor shall be fully capable of installing all types of equipment, including air handlers, fan coils, pumps, chillers, etc. 5. Incidental Work: The Contractor shall be capable of performing minor thermal insulation, electrical power and A/C controls work associated with, for example, connecting a new air handler to the existing power and controls, or shall provide this work through subcontracted services. 6. Duct and Pipe insulation work is included under this specialty, but other than minor work, insulation does not need to be performed in-house. However in-house insulators are preferred, and their training and experience should be detailed in the submittal. 7. Piping personnel with a 6G Test Certification, or X-ray Certification are preferred, and any and all Certificates should be submitted.

31 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 15 of Ductwork A full time employee of the Contractor shall hold a State of Florida Class A Mechanical License. To qualify the Contractor must employ in-house mechanics with training and experience with Ductwork, and DX Units of all sizes. Note that any individual employee may be trained and experienced in only one of these two areas to qualify, but an individual trained and experienced in both areas can qualify as applicable. 1. Ductwork personnel shall be trained and experienced with all aspects of ductwork including field installation, suspension systems, fire dampers, wall penetrations, the placement and attachment of air handlers, VAV boxes, and air inlets and outlets including outside air louvers and exhaust fans. 2. DX personnel shall be trained and experienced with all aspects of the installation of DX units, copper tubing installation, and hard soldering, and shall hold a current Universal Refrigerant License. 3. Installation of Equipment: The Contractor shall be fully capable of installing all kinds of equipment, including air handlers, fan coils, etc. 4. Incidental Work: The Contractor shall be capable of performing minor thermal insulation, piping, electrical power and A/C controls work associated with, for example, connecting a new air handler to the existing power and controls, or shall provide this work through subcontracted services. 5. Duct insulation work is included under this specialty, but other than minor work, insulation does not need to be performed in-house. However in-house insulators are preferred, and their training and experience should be detailed in the submittal Piping A full time employee of the Contractor shall hold a State of Florida Class A Mechanical License. To qualify, the Contractor must employ in-house mechanics with training and experience in Hydronic Piping and DX units of all sizes. Note that any individual employee may be trained and experienced in only one of these two areas to qualify, but an individual trained and experienced in both areas can qualify as applicable. 1. Piping personnel shall be trained and experienced with the welding, flange and groove joining, threading and sweating of metallic pipe and the proper installation of plastic and metallic piping up to and including ten (10) inch systems. The qualified piping employee will also be trained and experienced with the installation of chillers, cooling towers, all types of frame mounted pumps, hand operated and actuated valves, air separation devices, expansion tanks, glycol make-up stations, shot feeders, trim items such as gauges, thermometers, and DDC transducers, and chilled water air handlers. 2. DX personnel shall be trained and experienced with all aspects of the installation of DX units, copper tubing installation, and hard soldering, and shall hold a current Universal Refrigerant License. 3. Installation of Equipment: The Contractor shall be fully capable of installing all kinds of equipment, including air handlers, fan coils, pumps, chillers, etc. 4. Incidental Work: The Contractor shall be capable of performing minor thermal insulation, duct work, electrical power, A/C controls work and plumbing work associated with, for example, connecting a new air handler to the existing duct, or shall provide this work through subcontracted services. 5. Pipe insulation work is included under this specialty, but other than minor work, insulation does not need to be performed in-house. However in-house insulators are preferred, and their training and experience should be detailed in the submittal. 6. Piping personnel with a 6G Test Certification, or X-ray Certification are preferred, and any and all Certificates should be submitted.

32 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 16 of DX Air Conditioning < 10 Tons Installation and Service A full time employee of the Contractor shall hold a State of Florida Class A License. The Contractor must employ in-house mechanics with training and experience in small-size DX units. 1. The scope of this specialty shall include ductwork associated with DX systems less than ten (10) tons. 2. DX personnel shall be trained and experienced with all aspects of the installation of DX units, copper tubing installation, and hard soldering, and shall hold a Universal Refrigerant License. 3. In addition, the Contractor must show proof that the mechanic that will be servicing this contract has extensive experience with Bard and similar wall hung units used for relocatable classrooms, and the installation of ductless split systems. Submittal of proof in the form of Purchase Orders for work or other proof is required. 4. Ductwork personnel shall be trained and experienced with all aspects of ductwork including field installation, suspension systems, fire dampers, wall penetrations, the placement and attachment of split and packaged systems, and air inlets and outlets including outside air louvers and exhaust fans. 5. Incidental Work: The Contractor shall be capable of performing minor thermal insulation, duct work, electrical power, A/C controls work and plumbing work associated with, for example, connecting a new air handler to the existing power, duct, and controls, or shall provide this work through subcontracted services. 6. Duct and pipe insulation work is included under this specialty, but other than minor work, insulation does not need to be performed in-house. However in-house insulators are preferred and their training and experience should be detailed in the submittal Refrigeration Equipment The contractor shall employ in-house mechanics who are able to perform factory authorized warranty work on Manitowac, Kolpac, Iceomatic, Electrolux, Kenmore, Whirlpool, Derifield, Hartiful, ICS and must be trained and experienced with ice making machines, walk-in coolers and freezers, reach-in coolers and freezers, refrigerated serving lines, food display cases, dual temperature refrigerators and blast chillers. Submittal of Mechanic certifications and Certificates from schools attended is required for the proposal to be considered complete. Contractors are required to fully repair units in a timely manner as defined below: 1. Service Calls (system is down) not to exceed three (3) hours. 2. Corrective Calls (system is operational, but impaired) not to exceed 24 hours. Note: Contractor acknowledges that two (2) instances of failure to meet time requirements will be grounds to termination of the service agreement OEM (Original Equipment Manufacturer) A full time employee of the Contractor shall hold a State of Florida Class A Mechanical License. The Contractor shall be the manufacturer of the equipment to be installed and provide a Project Manager who is a full time employee of the OEM and responsible for the installation of the equipment and incidental piping, duct, and electrical work related to the installation of the equipment Further Clarifications to Service Category I and Specialty Descriptions 1. To qualify under this section every Ductwork, Piping, DX, or Refrigeration Equipment employee that is submitted for consideration shall have a minimum of two (2) years classroom and/or field training followed by a minimum of three (3) years field experience. 2. Any employee without this level of training and experience will be considered a Helper for the purposes of this contract. 3. In addition, any DX or Refrigeration Equipment employee without a current Universal Refrigerant License will be considered a Helper for the purposes of this Contract.

33 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 17 of Contractor s DX, Refrigeration Equipment, Chiller Service and Repair, or Refrigerant Recovery and Reclamation employee shall provide a copy of his/her current Universal Refrigerant License at any time when requested by the SBBC Refrigerant Manager. The employee may be restricted from working until the license is produced. 13. QUALIFICATIONS - SERVICE CATEGORY 2 CONTROLS Contractors may apply for as many Category 2 sub-categories as desired regardless of their intention to apply in Category 1 or not. Contractor shall identify categories being applied for in Section Johnson Controls Inc. (JCI) Based Controls To qualify, the Contractor shall employ in-house technicians with training and experience in Metasysbased DDC control systems. The qualified JCI-Based Controls employee will be trained and experienced with JCI products, formats, and procedures including: 1. Metasys Database programming and modification. 2. Creation and installation of graphics for the Metasys system. 3. Installation of electrical conduit/raceways and wiring. 4. Installation of JCI devices and control panels. 5. Wire labeling and termination of JCI devices and controllers. 6. Commissioning and sequence of operation verification of Metasys systems. 7. Verification that any existing JCI controls on site that remain intact, maintain system functionality and communicate with the newly installed system. 8. Providing documentation for components, installed system architecture and commissioning results Siemens-Based Controls To qualify, the Contractor shall employ in-house technicians with training and experience in Apogeebased DDC control systems. The qualified Siemens-Based Controls employee will be trained and experienced with Siemens products, formats, and procedures including: 1. Apogee Database programming and modification. 2. Creation and installation of graphics for the Apogee system. 3. Installation of electrical conduit/raceways and wiring. 4. Installation of Siemens devices and control panels. 5. Wire labeling and termination of Siemens devices and controllers. 6. Commissioning and sequence of operation verification of Apogee systems. 7. Verification that any existing Siemens controls on site that remain intact, maintain system functionality and communicate with the newly installed system. 8. Providing documentation for components, installed system architecture and commissioning results Alerton-Based Controls To qualify, the Contractor shall employ in-house technicians with training and experience in Envisionbased DDC control systems. The qualified Alerton-Based Controls employee will be trained and experienced with Siemens products, formats, and procedures including: 1. Alerton Database programming and modification. 2. Creation and installation of graphics for the Envision system. 3. Installation of electrical conduit/raceways and wiring. 4. Installation of Alerton devices and control panels.

34 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 18 of Wire labeling and termination of Alerton devices and controllers. 6. Commissioning and sequence of operation verification of Envision systems. 7. Verification that any existing Alerton controls on site that remain intact, maintain system functionality and communicate with the newly installed system. 8. Providing documentation for components, installed system architecture and commissioning results. 14. QUALIFICATIONS - SERVICE CATEGORY 3 COMPONENT SERVICE AND SALES Contractors may apply for as many Category 3 sub-categories as desired, regardless of their intention to apply in Category 1 or not. Contractor shall identify categories being applied for in Section Chiller Service and Repair To qualify, the Contractor shall employ in-house mechanics that are Factory Trained by York, Trane, Carrier, or McQuay, or must show proof of employment at York, Trane, Carrier, or McQuay as a chiller mechanic for a minimum of five (5) years on both high and low pressure machines. Chiller mechanics need not be trained on all four (4) brands. However approved mechanics will be limited to service on the product on which they are trained. Likewise, a Contractor with Chiller Mechanics that qualify in one or more but not all of the brands listed above will be considered for the approval limited to those brands. The approved mechanic will be onsite at all times that service is being performed, and in full charge of the work. Approved assistants will be allowed. Contractors are required to fully repair units in a timely manner as defined below: 1. Service Calls (system is down) not to exceed three (3) hours. 2. Corrective Calls (system is operational, but impaired) not to exceed 24 hours. Note: Contractor acknowledges that two (2) instances of failure to meet time requirements will be grounds to termination of the service agreement Chiller and A/C Rental To qualify, the Contractor shall be able to provide rental chillers, pumps, spot coolers (single room DX) and packaged A/C along with the associated electrical wire and connectors, hose and hose fittings, and flexible ducts for a complete and usable system. 1. Installers must be capable of the proper disassembly of facility piping to connect portable chillers. 2. Must be qualified to connect electrical power on a proper and safe way. 3. Must provide temporary fencing. 4. Must provide structural elements to secure building. 5. Must be able to remove architectural elements such as windows to bring flexible ductwork into buildings. 6. Chiller sizes required are 20 through 300 tons. 7. Packaged A/C requires sizes are 5 through 80 tons. 8. Air-to-Air Spot A/C units required sizes are ¾ to 5 tons.

35 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 19 of The responsive contractor shall submit pricing (good for the term of the contract) for: (reference Exhibit J for suggested format) 1) Type of Equipment a) Spot Coolers (Each Size) b) Packaged DX (Each Size) c) Chillers (Each Size) 2) Rental Period a) Day b) Week c) Month 3) Delivery, return fees and installation charges per each unit a) Spot Coolers (Each Size) b) Packaged DX (Each Size) c) Chillers (Each Size) 10. For emergency situations, equipment must be installed and operational within four (4) hours of receiving a contact from the District s authorized representatives. Note: Two instances of failure to meet this requirement will be grounds for termination of contract due to non-performance VFD Service and Replacement To qualify, the Contractor shall employ in-house technicians that are Factory Certified by ABB, Danfoss, Yaskawa, Toshiba, Allen Bradley, and/or Square D. Note that a Factory Trained technician IS NOT sufficient as only a Factory Certified technician can ensure a factory two (2) year (minimum) warranty. Copies of the Factory Certifications are required for a proposal package for this sub-category to be considered. The Contractor will stock key pads, cooling fans contactors and fuses for each of the manufacturers listed below. Copies of a stock-on-hand report shall be submitted with the proposal as evidence of this requirement. In addition, evidence is required showing that the technicians are qualified and capable of configuring installed VFDs with interfaces to include, CAT, BACNET and VLAN, baud rates, and interfacing with the School Board of Brevard County Educational Technology personnel. 1. Companies are required to fully repair units in a timely manner as defined below: a) ABB b) Danfoss c) Yaskawa d) Toshiba e) Allen Bradley f) Square D Service Calls (System is down) shall be in less than three (3) hours. Corrective Calls (System is operational, but impaired) shall be in less than twenty-four (24) hours. 2. Note that two (2) instances of failure to meet these time requirements will be grounds for termination of the service agreement. 3. A Contractor that is Factory Certified in one or more of the Manufacturers listed above will be considered for an approval limited to those Manufacturers.

36 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 20 of Refrigerant Recovery and Reclamation To qualify, the Contractor must be capable of recovering up to 1000 lbs of low pressure and high pressure refrigerant at very high speeds (low pressure at 60 lbs per minute and high pressure 300 lbs per minute) with very short notice (Contractor must start recovery pumping within 3 hours of receiving phone call, pulling non-condensables from an air-bound chiller and returning the chiller to service, capable of on-site processing of recovered refrigerant up to ARI-700 standards, and capable of on-site processing and flushing of contaminated systems. In addition the Contractor must: 1. Chiller Dehydration Be capable of reaching dehydration in a wet system in less than 24 hours. 2. Pipe Freezes Be capable of freezing water pipes from 1 ½ to 14 and hold while repairs are being made by others. 3. Refrigerant Separation Separate mixed refrigerants. 4. Cylinder Certification Recertify to DOT standards any refrigerant cylinder. 5. Supply used refrigerants at market values. 6. Empty refrigerant recovery cylinders and return cylinders evacuated to 29 Hg. Submittal of evidence of each capability is Required. Note that only two instances of failure to meet the time requirements will be grounds for termination of the service agreement (Contract) A/C Compressor Service and Replacement To qualify, the contractor must employ in-house mechanics with training and experience to rebuild compressors to factory specifications for each compressor manufacturer, and each mechanic working on District compressors must have a minimum of ten (10) years experience in rebuilding Copeland, Carlyle and York reciprocating compressors including motors, crankshafts, pistons and piston rings, and honing cylinder walls. 1. Must be able to replace valve plates, oil pumps, heads, and solenoids in the field. 2. Must be able to provide replacement compressors or be able to rebuild a compressor in less than twenty-four (24) hours. 3. Must pick-up and deliver products and services to the Rockledge Maintenance Compound, 1254 South Florida Avenue, Rockledge FL Pick-up and delivery shall be made in company owned vehicle. Shipping is not acceptable. 4. Note that two (2) instances of failure to meet these time requirements will be grounds for termination of the service agreement Building Management Infrastructure A full time employee of the Contractor shall hold a State of Florida Electrical Contractor (EC) license. To qualify, the Contractor must employ in-house technicians with training and experience in communication system infrastructure including DDC control systems installation. The qualified Contractor employee(s) will be trained and experienced with the products, formats and procedures of the required system types including: 1. Installation of electrical conduit/raceways and wiring. 2. Installation of required DDC devices and control panels. 3. Installation of required intranet communications wiring. 4. Wire labeling and termination of DDC devices and controllers. 5. Assisting in commissioning and verification of installed systems. 6. Installation and termination of fiber optics. 7. Be MOLEX certified and capable of providing the associated warranty on installed cabling.

37 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 21 of A Video Institute Certified Installer rating is highly desirable. 9. Panasonic IPRO, AXIS, IQ Envision or ACTI Certified Installer ratings are highly desirable. 10. The Contractor shall submit evidence of all the above qualifications. The submittal of this documentation is required Water Treatment Service and Supply To qualify, the Contractor shall have been in business for a minimum of twenty (20) years. It is required that the Contractor agree to the following as part of the proposal: 1. Provide all required chemicals for cooling tower and closed loop piping systems at GSA predetermined pricing. 2. Provide unlimited number of fifteen (15) gallon Deldrums to convert to product feed at no charge. 3. Provide two (2) days per month training for District personnel, visiting schools to check treatment effectiveness and equipment set-up and testing at no charge. Trainer/Tester shall have a minimum of ten (10) years full time experience in this function and have been employed by the Contractor for a minimum of five (5) years. Submission of resume of Trainer(s)/Tester(s) is required. 4. Submit Trainer/Tester service reports showing all details including results and findings at no charge. 5. Provide corrosion test coupon program and water analysis performed by third party laboratory at no charge. Submission of laboratory contractor literature is required. 6. Provide plumbing services as required. Submission of resume for plumber is required. 7. Provide supplemental technical training, as needed, for any District employee at no charge. 8. Provide water testing reagents and any required test kits at no charge Electric Motor and Pump Service and Replacement To qualify, the Contractor must employ in-house technicians with training and experience in electric motor and pump repair. The qualified contractor shall: 1. Have a minimum of twenty (20) years experience in motor and pump repair, and have a staff of no less than five (5) full time employees. 2. Have access (own or rent) on a full time basis, a small crane for removing motors and pumps from otherwise dangerous locations. The crane shall be capable of a 2,500 pound lift and a twenty (20) foot reach. 3. Be a factory authorized warranty center for a major electric motor manufacturer such as Baldor and/or Marathon. 4. Have the necessary facilities to repair and rewind motors up to 500 HP. Submission of information regarding the repair facility, including square footage of the repair facility size is required. 5. Be capable of, and offer, overnight repairs and rewinds. 6. Have a complete machine shop. Listing of Lathe swing and center to center distance, and types of other machines is required. 7. Be capable of, and offer, in-house welding services to include TIG and MIG, with the ability to weld steel, aluminum, cast iron, stainless steel and bronze. 8. Stock spare parts including bearings, seals, impellers, and other pump parts including Gould, Myers, Aurora, Bell & Gossett, Armstrong, Sta-Rite and Berkley. The submittal of inventory items, value and photos of inventory on shelving is required.

38 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 22 of Small Scale Project Management To qualify, the Contractor must employ an in-house, full time Project or Construction Manager who holds/has: 1. A State of Florida CGC General Contractor License or a State of Florida CMC Mechanical License. 2. Ten (10) years of Project Management experience with documented mechanical project emphasis. The following credentials are desirable: 3. BS degree in Project or Construction Management. 4. Both State of Florida CGC General Contractor License and a Florida CMC Mechanical License Coil and Equipment Coating To qualify, the Contractor must employ in-house technicians with training and experience in Adsil coating of both finned coils and structure members of air conditioning equipment. The qualified contractor shall: 1. Be a factory trained and certified installer of Adsil products. Submission of certification is required. 2. Have the necessary facilities to dip-coat coils of any size common to air cooled chillers of air handlers. Submission of information regarding the facility, including square footage of the facility size is required. 3. Have the equipment and trained personnel to administer Adsil protection to onsite equipment of any size common to air cooled chillers or air handlers. Submit information on Contractor s compliance and capabilities regarding this requirement. 4. Submission of cost per ton condenser pricing that will remain valid for the term of the contract resulting from this RFP is required Boiler Service and Replacement To qualify a full time employee of the Contractor shall hold a State of Florida Class A Mechanical license and must employ in-house Pipe Fitters and Boiler Mechanics with the following: 1. Pipe Fitting a) 6G Test Certification b) X-Ray Certification 2. Journeyman Level Boiler Technician credentials Note that any individual employee may be trained and experienced in only one of the two areas to qualify but an individual trained and experienced in both areas can qualify in both areas. Additional Qualifications: 3. Installation of Equipment: The Contractor shall be fully experienced and capable of installing all types of boiler equipment. 4. Incidental Work: The Contractor shall be capable of performing minor thermal insulation, electrical power, controls and plumbing work. 5. Pipe insulation work is included under this specialty, but other than minor work, insulation does not need to be performed in-house. However, in-house insulators are preferred and their training and experience should be detailed in the proposal.

39 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 23 of CONTRACTOR S RESPONSIBILITIES 15.1 Upon notification and provision of a detailed scope of work from the School Board s authorized representative(s), including a site visit, walk through, or pre-bid meeting, the Contractor(s) shall prepare an independent written estimate of the labor and materials required to complete the work. The estimate shall provide specific information including the following: hourly labor rates for each position required, number of hours required per position, list of materials required to complete the work including description, cost, manufacturer, manufacturer s part number, and sales tax on materials. The estimate shall also include a project schedule to include start and completion dates The School Board shall attempt to provide complete, accurate and pertinent information concerning the project scope. The Contractor shall not be relieved from assuming full responsibility for properly estimating the difficulties and costs of performing the services required. This includes the failure to investigate or be aware of all the information concerning the services to be performed The Contractor shall complete the total estimate to accomplish the work and will identify any additional tasks necessary to satisfactorily accomplish the total scope of work The Contractor must return an estimate to the School Board s Maintenance Department within five (5) business days, or as directed The estimate shall include a Project Team Plan detailing which personnel and sub-contractors the Contractor is proposing to use on the project. After award of contract, no substitutions will be allowed without written approval by the School Board The Contractor s estimate will be evaluated to determine if the scope has been clearly and accurately understood, the work has been properly estimated with supporting data presented and that material and equipment estimates are reasonable and properly documented The estimate provided by the contractor shall be firm; no increases will be permitted unless unforeseen circumstances arise. Upon validation of proposals the project will be awarded to the Contractor who provided the lowest estimate meeting all other requirements The School Board may alter this procedure for projects estimated to not exceed $3,000. The District s Project Manager may request that the designated primary Contractor provide a project proposal as per the process outlined above. The Contractor s hourly rates, mark-up on material, and other charges shall be the rates proposed in the RFP submittal, and as awarded by the School Board The Contractor may, at the request of the School Board, be required to provide Payment and Performance Bonds on larger projects. The value of the bonds will be 100% of the total project cost. The bonding requirements will be included in the scope of work provided to the Contractor. The Contractor s estimate shall include as a separate line item all acquisition costs associated with the bonds. The School Board will pay for reasonable costs incurred by the Contractor for obtaining the required bonds. The bond form shall be the AIA Form The Contractor acknowledges that work shall be performed only after receipt of an authorized District Purchase Order or an executed construction agreement The Contractor shall provide services using only pre-approved Personnel. All personnel who appear at the jobsite must be pre-approved by the District s Project Manager. It is not acceptable, for example, for a non-approved helper to accompany a pre-approved mechanic. Helpers will not be allowed on a jobsite if they are not accompanied by a mechanic The Contractor shall ensure that his employees, sub-contractors, and their agents and employees or any other persons performing any work under this contract while on District property, be signed into the School or District Facility Visitor Log and be conspicuously wearing the visitor badge. Sign-in is required prior to the start of work regardless of location. Personnel shall sign-out when leaving District property.

40 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 24 of The Contractor shall post work activity, on a daily basis, if applicable, in the Annual Facility Maintenance Permit Log, located at each District location. Copies of appropriate licensing and Contractor s or Sub-Contractor s Worker s Compensation Policies for any District approved Contractor personnel on District property at any time must be on file with the Permit Log. Worker s Compensation Policies shall indicate the appropriate personnel covered If, during the course of work, the Contractor encounters unforeseen conditions which impact the work and which could not initially be evaluated, the Contractor shall not proceed without written authorization from the School Board s authorized representatives The Contractor shall have sufficient number of personnel, materials, transportation and an adequate inventory of tools and equipment to perform work at the job site. The Contractor shall be held responsible for the on-site supervision, scheduling, storage, receiving and placement of materials Emergency work requests may be needed from time to time. The Contractor shall within two (2) hours meet District personnel at the job site, review the scope of work, provide an estimate, proceed with work without delay and in general be responsive to the emergency request The Contractor s time shall start at the job site. Any and all travel time expenses shall be borne by the Contractor and shall not be reimbursed by the School Board Precautions will be exercised at all times for the protection of persons (including employees) and property. The Contractor, at his expense, will provide barricades, or other District approved traffic control devices, when work is performed in areas traversed by persons or vehicles, or when deemed necessary by the School Board s representatives The Contractor shall conform to all Federal, State, County and municipality regulations during the performance of the agreement. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Contractor. Any person found not in conformance with any laws, statutes, rules or regulations shall not be allowed on the job site. Continued violations by a Contractor shall constitute cause for immediate termination of the agreement All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted service at all times by the Contractor and the Contractor shall be held responsible for any damage to property caused by reason of its operation on the property The Contractor shall be responsible for locating all underground lines (telephone, communication, water, sewer, etc.). If these lines are broken or cut it will be the responsibility of the Contractor to repair or replace the broken line The Contractor shall ensure that every employee in the Contractor s work force is provided an identification badge. The badge shall follow a Board approved format, to include a photo of the employee, shall specify, at a minimum, the name of the badge holder, and name of the Contractor Time is of the Essence The Contractor shall acknowledge that time is of the essence to complete the work as specified. The Contractor agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. 1. If the Contractor neglects, fails, or refuses to complete the work within the time specified, in each and every Work Request and/or Estimate or as properly extended by the School Board, then the Contractor does hereby agree, as part consideration for awarding the agreement, to pay to the School Board the sum of $ for each and every calendar day that the Contractor shall delay after the time stipulated in each and every purchase order for completing the work, not as a penalty, but, as liquidated damages for breach of contract, as set forth herein.

41 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 25 of QUALIFICATIONS OF EMPLOYEES 16.1 All employees assigned by the Contractor to the performance of work under this contract shall be physically able to do their assigned work. It shall be the Contractor s responsibility to ensure that all employees meet the physical standards to perform the work assigned and have sufficient training and experience to perform the work required in a specific trade The personnel employed b the Contractor shall be capable employees, age eighteen (18) years or above, qualified in this type of work It is the Contractor s responsibility to ensure that all employees are legally allowed to work in the United States in accordance with immigration policies Employees shall be required to dress neatly, without vulgar or otherwise offensive apparel, commensurate with the location and types of tasks being performed Employees shall be required to wear their ID badges on the outside of their apparel at all times when in school buildings or on District property Employees are required to be dressed in their work attire when reporting for duty. Break areas are restricted to designated areas as determined by the District s authorized representatives. Any offices, classrooms, or any other area other than the actual work area are off limits to Contractor personnel Contractor s employees are prohibited from disturbing papers on desks, opening desk drawers or cabinets or using telephones, educational equipment or office equipment in work areas Contractor s employees shall comply with the instructions pertaining to conduct and building regulations, issued by duly appointed officials, such as, the building managers, security personnel, inspectors, etc Contractor s employees are strictly prohibited from interacting with the student population Employees shall not solicit, distribute, or sell products while on School Board property Employee s friends, visitors, or family members are not permitted in the work area PROPER BEHAVIOR AND LANGUAGE BY ALL EMPLOYEES OF THE CONTRACTOR AND SUB- CONTRACTOR ON SCHOOL PROPERTY IS STRICTLY REQUIRED. THE SCHOOL BOARD WILL NOT TOLERATE BEHAVIOR THAT IS NOT CONDUCIVE TO AN EDUCATIONAL FACILITY. 17. GENERAL REQUIREMENTS 17.1 The Contractor shall comply with all applicable, Federal, State and Local rules and regulations pertaining to the work specified. The Contractor shall be directly responsible for any and all work performed by his/her subcontractor(s) The Contractor shall be responsible for obtaining any and all permits and licenses necessary to perform any/all work specified For each project the Contractor shall be responsible for determining the adequacy of available utilities on-site. Where utilities are not available or inadequate, at the job site, the Contractor shall provide, at his own expense, all necessary temporary utilities required for the work specified During a project that is being performed by the Contractor, the Contractor is responsible for security, fire safety and damage to equipment and other District property within areas under control by the Contractor During a project the Contractor will be allowed to store equipment and park locked vehicles on District property The Contractor shall be responsible for the prompt removal of all debris from the school area which is a result of this service. The Contractor is not permitted to use District trash receptacles The Contractor shall at all times guard from damage or loss to the property of the School Board of Brevard County or other vendors or contractors and shall repair or replace any loss or damage unless such be caused by the School Board of Brevard County or other vendors or contractors. The School Board of Brevard County may withhold payment or make such deductions as it might deem necessary to ensure reimbursement for loss or damage to its property through the Contractor or his/her agent.

42 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 26 of The School Board of Brevard County reserves the right to monitor/inspect, request work modifications, cease work or to have personnel removed from School Board property throughout the duration of the contract The School Board of Brevard County will not pay for items considered tools of the trade. These determinations will be made by the Director of Plant Operations and Maintenance or the designated assignee The School Board of Brevard County, Florida, under School Board Policy 1124, Drug-Free Work Place recognizes that alcohol drugs, or any illegal substances are strictly prohibited on School Board property. Contractor s employees shall not possess or be under the influence of alcohol, drugs or any illegal substances while on School Board property The School Board of Brevard County, Florida, under School Board Policy 7217, Weapons prohibits anyone from possessing, storing, making or using a weapon in any setting that is under the control and supervision of the District Smoking on school grounds is prohibited. A no-smoking policy has been in effect since October 1, 1992 for all District owned buildings. The Office of Plant Operations and Maintenance requires that no smoking be permitted on any of its projects on any District property The School Board of Brevard County is committed to the education and safety of its students and employees. To that end, any participant awarded a contract will be required to assure that the personnel assigned to the project do not possess criminal records that would violate the School Board s standard for employment as set forth by the State of Florida Department of Education. Each participant must certify that the company and its employees are or will be in compliance with those standards for the project awarded The use of School Board equipment and tools shall not be permitted Normal work hours shall be 7:30 AM to 4:00 PM, Monday through Friday. However the Contractor shall be available for emergency service twenty-four (24) hours a day, seven (7) days a week. 18. BEGINNING AND LENGTH OF SERVICE 18.1 Services to be provided under the subject contract will be initiated and completed as directed by the School Board of Brevard County Plant Operations and Maintenance Director or the designated assignee, for the project assigned under the Contract. The term of the Contract shall be for a period of one year from the date following the date of award by the School Board of Brevard County, Florida. All prices, established by the Primary Contractor(s) or Alternates fulfilling the Primary function, shall be firm for the term of the contract. By signing the proposals the awardee(s) agree to this condition. If required, upon mutual agreement, the contract may be extended ninety (90) days beyond the contract expiration date The School Board reserves the right to renew this contract or any portion thereof, for up to two (additional) one year periods, upon mutual agreement with the awardee(s) in writing. The School Board, through the Purchasing Department shall, if considering renewing the contract, request a letter of intent to renew from the awardee prior to the end of the current contract period Either party may terminate the contract with a thirty (30) day written notice. However, any project authorized by letter of authority or purchase order under the terms of the contract shall be performed through to completion if so desired by the School Board of Brevard County. Otherwise the School Board of Brevard County shall compensate the Contractor for service rendered up to the time of such abandonment, cancellation or suspension. 1. Any of the following may be sufficient for termination of the Contractor by the School Board of Brevard County: a. Failure to deliver services in accordance with requirements of the RFP. b. Failure to deliver services in accordance with the claims of the submitted proposal. c. Lack of responsiveness to emergency calls. d. Lack of responsiveness to call-backs. e. Causing, or having caused, the School Board to litigate for any reason. f. False or misleading statements in Proposal, as determined by the School Board representatives. g. Three or more Mechanics removed from the approved list.

43 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 27 of The Director of Maintenance & Plant Operations, or the assigned designee shall furnish authorization specifying the work to be performed. No work shall be performed by the Contractor until such written authorization has been received by the Contractor. 19. METHOD OF COMPENSATION 19.1 The Contractor shall be compensated for each assigned and completed work task authorized by contract and for the price predetermined by the BPS approved Contractor s proposal and a matching written purchase order issued by the School Board of Brevard County. Final payment shall be due and payable upon satisfactory completion of the services and approval and acceptance of any contract deliverables and submittal of an appropriate invoice, in a format acceptable by the School Board of Brevard County. An acceptable invoice shall minimally duplicate the line item breakdown of the labor, material, markup on material, and other related items as accepted by the District on the Contractor s proposal and subsequent Purchase Order issued by the District. The BPS payment terms are pursuant to Chapter 18, Florida Statutes; Florida s Prompt Payment Act The Contractor shall be required to reference purchase order numbers on all requests for payment. All statements must reference valid SBBC purchase order numbers. Invoices shall be mailed directly to School Board of Brevard County, ATTN: ACCOUNTING, 2700 Judge Fran Jamieson Way, Viera, Florida, A separate invoice must be received for each purchase order number. Invoices which do not reference valid SBBC purchase order numbers or which are otherwise erroneous or without supporting documentation shall be returned to the vendor for resolution of discrepancies. Invoices shall also contain the following: 1. Name and address of vendor, a unique invoice number and date of invoice. 2. Itemized description of service and or product provided. 3. Name and address of the location where services and or product was provided. 4. All supporting invoice documentation to include service sheets, supplier sales receipts, authorized rental equipment receipts, etc The Contractor may, for larger projects as determined by BPS, bill the School District on a monthly basis, or as otherwise provided, at the amounts set forth in the approved proposals, for services rendered towards the completion of services. Where incremental billings for partially completed items are permitted, the total incremental billings will not exceed the percentage of estimated completion as of the billing date. 1. Upon approval of the invoice, ninety percent (90%) of the total annum for services rendered and accepted by the School Board shall be paid. Payment shall also be less the aggregate of previous payments made. No retainer will be paid under this contract. Payment retainage shall not be released until the specified work, and all deliverables, has been accepted by the School Board Final Invoice: In order for the Contractor and the School Board to close their books and records on a project, the Contractor shall clearly state Final Invoice on the Contractor s final/last billing to the School District. This certifies that all services have been properly performed and all charges and costs have been invoiced to the School District. Since this account/purchase Order will be closed any and other further charges, if not properly included on this final invoice, are waived by the contractor It shall be the sole responsibility of the Contractor to reconcile the purchase order and the Contractor s invoice and to notify the Contract Administrator of any discrepancies prior to billing. The School Board shall only pay the dollar amounts encumbered and authorized by the purchase order. 20. PROJECT CLOSEOUT 20.1 Final Audit: The School Board of Brevard County may perform, or have performed, a final audit of the records of the Contractor and any or all subcontractors to support the compensation paid the Contractor for each authorized phase/project. The audit will be performed as soon as it is practical after completion and acceptance of the contracted services. In the event funds paid to the Contractor are subsequently properly disallowed by the School Board because of accounting errors or charges not in conformity with the contract, the Contractor agrees that such disallowed amounts are due to the School Board of Brevard County upon demand. The final payment to the Contractor shall be adjusted for audit results Final Invoice: Subsequent to the completion of services and a final audit, if performed, a final invoice will be prepared by the Contractor stating the total compensation due the contractor, the amount previously paid, and the difference. Upon completion of work the Contractor shall invoice for the amount due or refund to the School Board of Brevard County for any overpayment, providing the net difference is not zero.

44 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 28 of SPECIAL TERMS AND CONDITIONS 21.1 Jessica Lunsford Act As a condition of the award, the successful Contractor shall, at its expense, ensure that all of the Contractor s employees and the employee s of the Contractor s sub-contractors who will be permitted access to school grounds when students are present meet the background screening requirements of Section , Florida Statute, (Jessica Lunsford Act). Contractor s failure to comply with this requirement shall constitute a material breach of contract. Information regarding compliance procedures is available on Brevard Public School s Office of District & School Security s website: Labor Labor provided by the Contractor shall be billed to the School Board based on the hourly rates proposed for labor (Section Compensation and Fee Schedule). The hourly rate proposed shall include full compensation for labor, equipment use, travel time, and any other cost (including overhead and profit) to the Contractor. The rate is straight time for all labor except as otherwise noted herein. The School Board shall only pay fair market prices for labor Materials Materials shall be provided by the Contractor as requested by the SBBC. The SBBC reserves the right to furnish materials to the Contractor. This RFP includes a Special Category of Materials clause which allows the owner to be reimbursed for the 6% state sales tax. Materials purchased by the Contractor and incorporated into the work shall be reimbursed at invoice cost including (1) sales and/or use taxes and (2) freight. Copies of invoices received by the Contractor for materials shall be submitted with each Contractor s completion form. The School Board shall pay only fair market prices for materials. Special Category of Materials Section (6), Florida Statute exempts political subdivisions of the State, including School Districts, from the State sales tax levied on retail sales of tangible personal property. In accordance with the State Statute, the Contractor and sub-contractors shall include the sales tax in calculating their bids. This clause allows the District, after a contract is awarded, to designate materials and equipment which will be purchased directly by the District in a tax exempt purchase and delivered to the job site for incorporation into the project. The Special Category of Materials for this contract shall include each individual supplier or vendor who contracts to supply materials or equipment in excess of Five Thousand Dollars ($5,000.00). It is further agreed that the School District take advantage of any cash discounts offered by the supplier for prompt payment. Upon request by the owner, the Contractor shall prepare and submit two (2) copies of a complete list and purchase request for each individual supplier of materials and equipment in excess of the amount indicated. The owner shall prepare and issue purchase orders for each material supplier and a purchase order for the remaining balance to the Contractor Failure to Perform If any work is omitted or unsatisfactorily performed, the attention of the Contractor s Project Manager will be called to this deficiency. Notice will be given to the Contractor to correct the deficiency within twenty-four (24) hours of notice. If the Contractor fails to correct the deficiency within twenty-four (24) hours the School Board shall have the right to correct the deficiency and deduct the cost of the correction from monies due. The School Board, in the event of a correction of a deficiency, default, or failure to perform, as determined by the School Board representative, may procure the required services from other sources and additionally hold the Contractor responsible for any excess costs occasioned thereby. Furthermore, the School Board may suspend the Contractor from future work opportunities with the District for a specified period of time

45 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 29 of Conflict of Interest The award of this RFP is subject to the provisions of Chapter 230, Florida Statutes. All proposers must disclose with their proposal the name of any officer, director, or agent who is also an employee of the School Board of Brevard County, Florida. Further, all proposers must disclose the name of the School Board employee who owns, directly or indirectly, any interest of five percent (5%) or more of the proposer s form or any of its branches/subsidiaries Collusion The School Board of Brevard County reserves the right to disqualify RFPs upon evidence of collusion with intent to defraud, or other illegal practices to include circumventing or manipulating the RFP process as required by law, upon the part of the Bidder(s), the District s Professional Consultant(s) or any District employee(s) who may, or may not, be involved in developing RFP specifications and/or firm RFP schedules. Multiple RFPs from an individual, partnership, corporation, association (formal or informal); firm under the same or different names shall not be considered. Reasonable grounds for believing that a Bidder has interest in multiple proposals for the same work shall be cause for rejection of all proposals in which such Bidder is believed to have an interest in. Any and/or all proposals shall be rejected if there is any reason to believe that collusion exists among one or more of the Bidders, the District s Professional Consultant(s) or District employees. Contractors involved in developing a RFP specification or Contractors with knowledge of RFP specifications prior to the bid advertisement shall be disqualified from participating in the bid process Public Records Law/Open Records All proposal documents or other materials submitted by the proposer in response to this RFP will be available for inspection by any person in accord with chapter 119, Florida Statutes. All information submitted as Trade Secret or Confidential shall be submitted in a separate envelope and so labeled. If challenged, the proposer who submits the Trade Secret or Confidential information shall bear all costs associated with defending their position Quantity The estimated dollar amount to be expended during the initial contract period of twelve (12) months is $3,000, Please note that this is an estimate only and in no way obligates the School Board to purchase this amount. These estimates are intended as a guide for submitting your bid. The actual quantities purchased under this RFP may be more or may be less Subcontracts Nothing contained in this specification will be construed as establishing any contractual relationship between any sub-contractor(s) and the District. The successful proposer shall be fully responsible to the District for the acts and omissions of its sub-contractors and employees. After award of contract, any changes in sub-contractors or sub-proposers require prior School District written approval Assignment of Contract and/or Late Payment This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the proposer without prior written consent of the School Board of Brevard County. The proposer herein shall not assign payments under this contract or agreement without the prior written consent of the School Board Indulgence Indulgence by the District on any non-compliance by the proposer, at any time during the term of the contract, does not constitute a waiver of any rights under this RFP Bid Protests BIDDERS are advised that any and all Bid Protests must be made in accordance with the requirements of the TERMS AND CONDITIONS of this bid, the Administrative Rules of the Florida Department of Education, and Chapter 120, Florida Statutes.

46 RFP 11001/JO HVAC Mechanical Contractors August 18, 2010 Page 30 of 31 A. All Bidders acknowledge that the significant damages and losses that will be suffered by the OWNER as a result of the time lost and costs associated with an unsuccessful bid protest will be difficult, if not impossible to prove. Therefore, any and all bid protests must be accompanied by SECURITY in an amount equal to one (1) percent of the total estimated contract value, but not less than $ or more than $5,000.00, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protesters in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. B. The SECURITY may be in the form of a bank cashier s check or bank certified check payable to the School Board of Brevard County, Florida. Each such bond shall be executed by the BIDDER, as the PRINCIPAL therein, and by a SURETY. The Protest Bond shall be dated the same date as the date shown on the BIDDER S protest. There must be attached to each Protest Bond a duly authenticated or Certified Power of Attorney evidencing that the Attorney-In-Fact who executes the Protest Bond on behalf of and in the name of the SURETY thereon, has the authority to so execute the Protest Bond on the date of the Protest Bond. C. Should the protesting BIDDER be successful in its Bid Protest, the SECURITY submitted by that BIDDER should be returned to the Protesting BIDDER in full. D. Should the Protesting BIDDER S protest be unsuccessful, the SECURITY submitted by the Protesting BIDDER in the form of a cashier s check or certified check shall be kept and retained by the OWNER and OWNER may receive and retain all moneys represented by such check and the Protesting BIDDER shall have no right to same or to a refund of any part of same. E. If the Protesting BIDDER S protest is unsuccessful, and the SECURITY submitted by the BIDDER is in the form of a Protest Bond, the BIDDER and the Surety on said Protest Bond shall forthwith pay over to the OWNER the full monetary amount and penal sum of said Protest Bond and OWNER shall retain such amount and sum. To qualify as a successful bid protest: A. In the case of a protest of another BIDDER S Bid, the Bid being protested by the Protesting BIDDER must be rejected by the School Board for the reasons stated in the Protesting Bidder s Protest. B. In the case of the BIDDER protesting the rejection of its own Bid, for the protest to be successful, the School Board must award the contract to the Protesting Bidder INQUIRIES All questions relative to RFP documents, submitting proposals, specifications or technical issues shall be addressed to: Joe O Connor, Purchasing Specialist Office of Purchasing Services 2700 Judge Fran Jamieson Way Viera, Florida o connor.joe@brevardschools.org (321) x 470

47 Company Name EXHIBIT A COMPANY CAPABILITIES Required Item - Using the code provided, indicate your Company s capabilities in the boxes to the right of each entry. Code: 1 Primary business base (in-house). 2 Secondary business base (usually in-house, but sometimes sub-contracted). 3 Usually sub-contracted. Example Air Conditioning Heating Controls Refrigeration General dx, to 5 tons 1 Boilers 3 Pneumatic 2 Walk-In 1 Ductwork 1 dx, 5 to 20 ton 1 Duct Heaters 3 DDC 3 Reach-In 1 VAV Boxes 3 dx, over 20 ton 1 Programming 3 Ice Machines 1 Exhaust Fans 2 Air-Cooled Chillers 2 VFDs 2 Water Coolers 1 Electric Motors 1 Fill in Below Air Conditioning Heating Controls Refrigeration General dx, to 5 tons Boilers Pneumatic Walk-In Ductwork dx, 5 to 20 ton Duct Heaters DDC Reach-In VAV Boxes dx, over 20 ton Programming Ice Machines Exhaust Fans Air-Cooled chillers VFDs Water Coolers Electric Motors Recip. Chillers Scroll Chillers Centrifugal Chillers Cooling Towers Evap. Condensers Water Treatment CW Air Handlers Hydronic Pipe Valves TAB Oil Spectrum Vibration Analysis Infrared Inspections Eddy Current Testing Nondestructive Testing

48 EXHIBIT B PROJECT MECHANICS/TECHNICIANS Required Item The Bidder shall attach documented proof of the following for each Mechanic/Technician. If none, state none. Incomplete data will not be counted. Use a separate sheet for each Mechanic submitted. Company Name: Mechanic Name: Area Information Required Information (attach pages as required) CFC Training EPA Registrations And Refrigerant Certification Cards Factory Training Seminar Training Union Training Licensed Journeyman HVAC Mechanic HARC Card Certifications & Boiler Stamps Experience State Mechanical or Class A License Other Time employed by Bidder Indicate length of class in hours or days. The company must submit a copy of all employees EPA Refrigerant Certification Card that will be working on School Board Property. Indicate each manufacturer, type, topics covered, and length of class in hours or days. Indicate topic and length of class in hours or days. Indicate topics covered, years attended, hours of class per week (month or year), hours of supervised experience per week (month or year), tests passed. Indicate organization. Indicate number of years held. Indicate type, level, and years held. Indicate length of employment at each company, title held at each company, and a detailed description of duties. Indicate type, level, and years held. Provide any additional information that would demonstrate and/or substantiate the ability to do the high quality work expected by the School Board. Provide dates with breaks in employment, if any.

49 EXHIBIT C PROJECT MECHANICS/TECHNICIANS USAGE Required Item - Using the code provided, indicate which areas of HVAC the Bidder would propose using this Mechanic/Technician for School Board Projects. Use a separate sheet for each Mechanic/Technician submitted. Company Name: Mechanic/Technician Name: Code: 1 Strong knowledge. 2 Good knowledge. 3 Some knowledge. Example Air Conditioning Heating Controls Refrigeration General dx, to 5 tons 1 Boilers 3 Pneumatic 2 Walk-In 1 Ductwork 1 dx, 5 to 20 ton 1 Duct Heaters 3 DDC 3 Reach-In 1 VAV Boxes 3 dx, over 20 ton 1 Programming 3 Ice Machines 1 Exhaust Fans 2 Air-Cooled Chillers 2 VFDs 2 Water Coolers 1 Electric Motors 1 Fill in Below Air Conditioning Heating Controls Refrigeration General dx, to 5 tons Boilers Pneumatic Walk-In Ductwork dx, 5 to 20 ton Duct Heaters DDC Reach-In VAV Boxes dx, over 20 ton Programming Ice Machines Exhaust Fans Air-Cooled Chillers VFDs Water Coolers Electric Motors Recip. Chillers Scroll Chillers Hydronic Pipe Valves Centrifugal Chillers Cooling Towers Evap. Condensers Water Treatment CW Air Handlers

50 EXHIBIT D CONTACT LIST The Contractor must be capable of responding to emergency work within 2 hours of notification, and must be available to the School Board 24 hours per day, 7 days per week. Any second call for an unsatisfactory response shall be elevated to the Company s senior representative who shall also be available to the School Board 24 hours per day, 7 days per week. Required Item - Provide the names of Company contacts and senior representative that will be available as described above along with telephone numbers at which they can be reached. Provide the same information for alternates who can be contacted during vacations, sickness, etc. Note that these individuals must be shown on the Project Organization (Section 7.1.6). Provide signatures from each person submitted indicating that they agree to provide this service as described. Indicate in the P/A column if the person is a Primary or Alternate contact. Name (Print or Type) P/A Title Phone Number(s) Signature

51 EXHIBIT E HVAC MECHANICAL CONTRACTOR EVALUATION FORM Name of Firm: Date: Criterion Point Value Company/Corporate Background 10 Product Relationships 5 Company/Firm Capabilities 5 Project Organization and Management Personnel 10 Project Mechanics 15 Project Experience/References 15 Quality Control/Availability 5 Training Program 5 Safety Program 5 Compensation/Fee Schedule (Total Point Value = 25) 25 Hourly Rate (15) Premium Time Rate (5) Material Markup (5) GRAND TOTAL 100 Percentage Grade Criterion Score SERVICE CATEGORY Notes: Committee Member: Print Signature

52 Service Category 1 System Installation and Modification of Service EXHIBIT F RANKING SUMMARY FORM (SAMPLE) School Board of Brevard County HVAC Mechanical Services Continuing Contract Ranking Grand Total Score Name of Firm 1. Major Mechanical Duct Work and Piping Ductwork Piping DX Air Conditioning <10 Tons Installation & Service 6. Refrigeration Equipment OEM (Original Equipment Manufacturer)

53 EXHIBIT G SCOPE OF WORK - SAMPLE Plant Operations & Maintenance 1254 S. Florida Avenue Rockledge, FL Ph Fax Scope of Work Document (To Be Developed By School Board of Brevard County Project Manager or Supervisor) Project Manager School/Facility: Project Description: Project Name: Purpose: Project Completion: Project Scope: Additional Comments: The Facility Standards and Guidelines are available for you to review at the link provided. Should you have any questions please contact Project Manager. Facility Standards Should an Asbestos Containing Material (ACM) or suspect ACM material be discovered, notification must be given to the Project Manager and Jim Powers. All estimate sheets must be filled out for estimated materials cost. Sub-Contractors must be included under the "material items" section of the Contractor Estimate Sheet. All appropriate labor, material and other cost associated with this proposal must be in accordance with your continuing contract documents.

54 EXHIBIT H SAMPLE CONTRACTOR PROPOSAL VENDOR LOGO or LETTERHEAD Vendor Name Vendor Address Vendor Contact Info: Phone/ Fax/ Suggested Format For: Contractor Proposal (Use Attachments If Necessary) Date: Vendor / Contractor: Contract #: Project Name: Project Description: Labor Estimates Qty Units Rate Cost Comments Total Labor Material Estimates Qty Units Cost Cost Comments Total Material % for Material Markup per Continuing Contract Vendor Signature Total Project Cost Vendor Printed Name

55 EXHIBIT I Facilities Services Code Enforcement Office Planning Permitting & Inspections 1254 South Florida Ave Rockledge, Fl (321) Ext Office (321) Fax The Board recognizes that on March 1, 2002, the 2001 Florida Building Code became effective, requires that the District establish a Code Enforcement Office, employ a Building Code Administrator (BCA) and/or subcontract for code enforcement services. Approved project plans will be reviewed for code compliance, permits issued, and the work inspected. What is the "Code Enforcement Office"? The District's Code Enforcement Office is responsible for the administration and enforcement of the State Requirements for Educational Facilities, the Florida Building Code, Uniform Fire Safety Standards as adopted by the State Fire Marshal, as well as standards for health, sanitation associated with construction of new structures, as well as alterations, repairs or additions to existing structures, including state and federal laws. Responsibilities include: Plan review, Permit issuance, Inspections for compliance, Issues Certificates of Occupancy. Plan Review Our professional plan review staff is responsible for reviewing the plans submitted on all construction projects. The primary function of the plan review section is to safeguard the public health, safety and general welfare of staff, students and visitors through ensuring structural strength, means of egress, stability, sanitation, adequate light and ventilation, energy conservation and fire protection have been met. All construction must comply with the State Requirements for Educational Facilities and the Florida Building Code, Uniform Fire Safety Standards as adopted by the State Fire Marshal, as well as meeting the standards for health, sanitation and safety as required by law. When applying for a permit, the following is required: Completion of Permit Application, Certificate of Liability Insurance showing current General Liability and Workers Compensation insurances, Copies of all licenses and county registrations, Plans, showing all plumbing, electrical, mechanical, and framing details. These can be prepared by the contractor on small projects or as required by law prepared by an Architects or Engineers. Site Plan showing the entire site or lot and the entire structure, The plans must be prepared in sufficient detail for the plans examiners to determine if all code requirements are met. Permit applications can be found on our web site at or call ext Building Inspection Our professional inspection staff is responsible for conducting inspections on all permitted construction project and the primary function of the inspectors is to safeguard the public health, safety and general welfare. This is accomplished by verification that the construction was completed as specified in the submitted plans and is in substantial compliance with the Florida Building Code and the Florida Fire Prevention Code. For more information call: Judy Griffin, extension Gary Geiser, BCA Building Official, extension 13077

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #12-005/LL Swimming Pool Chemical Supply & Service Contractor II Plant Operations & Maintenance

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #07-043/BM COOLING TOWER CLEANING AND REPAIR SERVICES MAINTENANCE VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 RFQ #11001/BP Physical, Occupational and Speech/Language Therapy Services Office of Exceptional

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated TOTAL $163,350.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated TOTAL $163,350. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-042/BP Cafeteria Bread Products Renewal Option Year 1 VENDORS RECOMMENDED FOR RENEWAL:

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-015/BM Tree Trimming, Vegetation Removal and Stump Grinding Plant Operations and Maintenance

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-005/LH Telephone Systems Maintenance & Installation Services Educational Technology

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-043/BM Degreasing and Inspection of the Kitchen Hood Systems Environmental Health

More information

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #06-017/JO Acoustical Ceiling Tile, Non-Asbestos Maintenance 2005/06, 2006/07 VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPT. 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 February 24, 2009 TO: FROM: RE: BIDDERS ON ACOUSTICAL CEILING TILE, NON ASBESTOS Bill McNichols, Buyer

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-010/BM Asphalt Pavement Sealing and Restriping Contractor - Option Year 1 VENDORS

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated $52,470.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated $52,470. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #07-023/BP Snack Drinks Office of Food & Nutrition Services 2006/07 VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-032/BM Site Work and Drainage - Maintenance VENDORS RECOMMENDED FOR AWARD: Vendor

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #07-046/BM ASPHALT PAVEMENT SEALER AND RE-STRIPING CONTRACTOR - MAINTENANCE VENDORS RECOMMENDED

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-046/BM Playground Surfacing Material Environmental Health and Safety VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #08-027/BM Bleacher and Backstop Repair and Motorization Maintenance VENDORS RECOMMENDED

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #16-025-BOE PURCHASE OF DATAMATION CHROMEBOOK CARTS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-013-BOE PURCHASE OF HP CHROMEBOOKS VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF THE BID SPECIFICATIONS

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-016/BM Bleacher and Backstop Repair and Motorization Option Year 2 VENDORS RECOMMENDED

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-002-BOE VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352) CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida 34470 Phone: (352) 351-6700 Fax (352)351-6710 INVITATION TO BID ITB 08-053 June 11, 2008 Sealed bids will be received

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #11-034/BP - Lawn Maintenance & Landscaping Services - Astronaut High School VENDORS RECOMMENDED

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #10-026/BM Painting Contractor - Plant Operations and Maintenance Option Year 1 Renewal

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-014/BM Outdoor Aluminum Seating Installation and Repair II Environmental Health and

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA ITB #1303 FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Item(s) of Bid: Number of Addenda as of above date: ITB Promega Plexor HY Quantification System Kits None Commodity

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #10-004/BM - Roof Repair Contractors - Maintenance BOARD OCT 0 9 2012 APPROVED VENDORS

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

INVITATION TO BID (ITB) REQUIRED RESPONSE FORM

INVITATION TO BID (ITB) REQUIRED RESPONSE FORM St. Johns County School District Sebastian Administrative Annex Purchasing Department 3015 Lewis Speedway, Unit 5 St. Augustine, FL 32084 INVITATION TO BID TITLE: Grounds Maintenance and Landscaping F.O.B.

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE RFQ: 04-15-02 Project Name: Aquatic Engineer for Historic Spring Park Pool & Interactive Water

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) Scrutinized Companies Lists (proposals

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) In State Preference for Commodity

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06

SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 SOUTH FLORIDA STATE COLLEGE FOUNDATION REQUEST FOR PROPOSALS FOR BANKING SERVICES RFP 13-06 INDEX GENERAL INFORMATION... 3 QUALIFICATIONS... 3 PRE-PROPOSAL CONFERENCE... 3 PROCEDURAL REQUIREMENTS... 3

More information

St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida Voice (772) Fax (772)

St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida Voice (772) Fax (772) Page 1 of 36 Pages MAILING DATE: January 14, 2015 St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida 34947 Voice (772) 429-3980 Fax (772)429-3999 Bids will be opened

More information

REQUEST FOR PROPOSALS RFP#74-18

REQUEST FOR PROPOSALS RFP#74-18 REQUEST FOR PROPOSALS RFP#74-18 Sealed proposals, plainly marked "Power Plant (Burner, Boiler, etc.) Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information